HomeMy WebLinkAboutResolution - 2023-R0130 - Contract 17054 with Intermountain Slurry Seal 3.7.23Resolution No. 2023-R0130
Item No. 6.21
March 7, 2023
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. 17054 for micro -
surfacing as per RFP 23-17054-TF, by and between the City of Lubbock and Intermountain
Slurry Seal, Inc. of Salt Lake City, UT, 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
APPROVED AS TO CONTENT:
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
March 7, 2023
&Aov--�(j --
elli Leisure, Senior Assistant City Attorney
ccdocs/RES.Public Works Contract 17054 microsurfacing Intermountain
2.13.23
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: January 25, 2023
PROJECT NUMBER: RFP 23-17054-TF Micro -Surfacing
Proposal of Intermountain Slurry Seal, 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 ofthe 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: 70 to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 85 (to Final Completion)
(not to exceed 95 consecutive calendar days to Substantial Completion / 100 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 95 Consecutive Calendar Days
with final completion within 100 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 $
1,204.28 for each consecutive calendar day after substantial completion and liquidated damages in the sum
of $1,204.28 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 six 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 will 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 23-17054-TF
Micro -Surfacing
Intermountain Slurry Seal, Inc. of Salt Lake City, UT
Items
General
#1-1 Micro -Surfacing CSS-1P or IEP in accordance with TxDOT
Specifications Item #350, including, emulsion, mineral filler,
aggregate, labor, equipment, and all incidentals needed to produce
micro -surfacing, delivered and placed.
#1-2 Scrub Seal- # 6 Rock grade "A" sack or grade "B" sack if Meets
soundness test. Polymer emulsion that meets the Requirements if
item 300, "Asphalt, oils, and Emulsions" Table 10 CMS-2P.
# 1-3 Paint stripe tabs for all streets requiring lane line repainting,
including labor, equipment, preparation of existing surface, etc.
#1-4 20' Rail Road and the double R's replacement including grinding,
sealing, pre -marking, elimination of existing markings, and
installation relay markings complete and in place.
#1-5 Type I Thermoplastic pavement marking .125 Mil 24" white stop
line (TxDOT DMS 8220). Including labor, equipment, and
preparation of existing surface. Complete and in place.
#1-6 Type I Thermoplastic pavement marking.] 25 Mil 24" white
continental crosswalk (TxDOT DMS 8220). Including labor,
equipment, and preparation of existing surface. Complete and in
place.
#1-7 Thermoplastic pavement marking Right or Left turn arrow
(TxDOT DMS 8220). Including labor, equipment, and
preparation of existing surface. Complete and in place.
#1-8 4" lane line elimination. Including labor, equipment, and All tools
necessary to remove and relay markings.
#1-9 8" lane line elimination. Including labor, equipment, and all tools
necessary to remove and relay markings.
#1-10 24" Thermoplastic lane line elimination. Including labor,
equipment, and all tools necessary to remove thermoplastic
markings.
#1-11 Thermoplastic turn arrow elimination. Including
labor,equipment, and all tools necessary to remove thermoplastic
#1-12 Milling of Asphalt surface to various depths at all locations where
Micro -Surfaced streets will join at either a concrete valley gutter,
or concrete intersection, at varying widths. Including labor,
equipment, and all incidentals needed to ensure a smooth
transition between existing concrete surface, and the Micro -
Surfaced street. The resulting millings to be retained by the City
of Lubbock.
#1-13 Tree Trimming in public right-of-way (streets). A vertical
Clearance of twelve feet (12') above top of curb. According to
City of Lubbock ordinace Sec. 36.01.005. Including, labor,
equipment, removal and disposal of trees.
#1-14 Mobilization
QTY Unit Extended
+/- U/M Price Cost
9,000 Tons $ 350.00 3,150,000.00
440,670 SY
3.15 1,388,110.50
1,200 EA
2.00 2,400.00
4 EA
1,500.00 6,000.00
2,480 LF
22.00 54,560.00
590 LF 22.00 12,980.00
46
EA
400.00
18,400.00
95,300
LF
1.00
95,300.00
200
LF
10.00
2,000.00
700
LF
10.00
7,000.00
46
EA
125.00
5,750.00
100 SY 40.00 4,000.00
55 EA 275.00 15,125.00
1 EA 125,000.00 125,000.00
Total (Items 1-1 through 1-14): $ 4,886,625.50
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 Five Percent of Total Bid Amount Dollars ($ 5% of bid ), 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:
(%1. 62,. 6,.—eeet,
Se •eta Joshua R. Bckt, Assistant Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. _
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: January 25, 2023
Authorized Signature
Nate Niemann, Project Manager
(Printed or Typed Name)
Intermountain Slurry Seal, Inc.
Company
1000 North Warm Springs
Road
Address
Salt Lake City
Salt Lake
City,
County
UT
84116
State
Zip Code
Telephone: 801-532-8200
Fax: N/A -
Email: nate.niemann@gcinc.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
87-0307259
M/WBE Finn: Woman I I Black American Native American
Hispanic American I I Asian Pacific American I I_Othcr (S ci )
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2023-990611
INTERMOUNTAIN SLURRY SEAL, INC.
Lewisville, TX United States
Date Filed:
03/03/2023
2
Name of governmental entity or state agency that is a parry to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
17054
Microsurfacing
Nature of interest
4
Party
Name of Interested P
City, State, Count lace of business
ry, Country (p )
check applicable)
( PP )
Controlling I
Intermediary
5
Check only if there is NO Interested Parry. 0
6
UNSWORN DECLARATION
My name is Nathan Niemann and my date of birth is
My address is 1600 Suncatcher Way Haslet TX 75057 Denton
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in Denton County, State of Texas on the 3 day of March 20 23
(month) (year)
f I' azxm� X
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us version V3.5.1.3ac88bc0
CERTIFICATE OF INTERESTED PARTIES FORM 1295
lofl
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.
2023-990611
INTERMOUNTAIN SLURRY SEAL, INC.
Lewisville, TX United States
Date Filed:
03/03/2023
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
03/07/2023
3
Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
17054
Microsurfacing
Nature of interest
4
Name of Interested Party
City,State, Count ry (place of business)
(check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party.
X
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 v3.5.1.3ac88bco
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: March 7, 2023
CITY OF LUBBOCK
SPECIFICATIONS FOR
Micro -Surfacing
RFP 23-17054-TF
CONTRACT 17054
PROJECT NUMBER: 92794.9240.30000
Plans & Specifications may be obtained from
https: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 23-17054-TF
Micro -Surfacing
1. NOTICE TO OFFERORS
I.I. 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 January 25, 2023, 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:Hzoom.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 January 25, 2023, 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 February 28, 2023, 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.
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-lubbock-tx.bonfirehub.com/portaU 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, January 17, 2023, via
teleconference. The Zoom meeting information is as follows:
Website: https://zoom.us/j/93651586414?pwd=MXhFZ3hPNHAORUpz,_Qk9rtJDICWGRrUT09
Meeting ID: 936 5158 6414
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 REQUIREMENTS
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, Assistant 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:Hci-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 95
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 $5,000,000.00.
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 REP are made by ADDENDA information available over
the Internet at https://ci-lubbock-tx.bonfirehub.com/portaU. 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/portaU
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
7.1 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(quiyirflbtihahjnyceg)ypcs))/SuPportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
https:Hci.lubbock.tx.us/pages/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.
11.3It 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:
https://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/SOTVv'Docs/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. LABOR AND WORKING HOURS
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(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.
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. OUALIFICATIONS OF OFFERORS
3 1. 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: January 25, 2023
PROJECT NUMBER: RFP 23-17054-TF Micro -Surfacing
Proposal of lntermountain Slurry Seal, 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:_ q 5 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS:_ 100 (to Final Completion)
not to exceed 95 consecutive calendar days to Substantial Completion 1 100 consecutive calendar days to Final Cam letion .
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 95 Consecutive Calendar Days
with final completion within 100 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 $
1,204.28 for each consecutive calendar day after substantial completion and liquidated damages in the sum
of $ 1,204.28 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 six 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 will 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 23-17054-TF
Micro -Surfacing
Intermountain Slurry Seal, Inc. of Salt Lake City, UT
Items
General
#1-1 Micro -Surfacing CSS-1P or IEP in accordance with TxDOT
Specifications Item #350, including, emulsion, mineral filler,
aggregate, labor, equipment, and all incidentals needed to produce
micro -surfacing, delivered and placed.
#1-2 Scrub Seal- # 6 Rock grade "A" sack or grade `B" sack if Meets
soundness test. Polymer emulsion that meets the Requirements if
item 300, "Asphalt, oils, and Emulsions" Table 10 CMS-2P.
#1-3 Paint stripe tabs for all streets requiring lane line repainting,
including labor, equipment, preparation of existing surface, etc.
#14 20' Rail Road and the double R's replacement including grinding,
sealing, pre -marking, elimination of existing markings, and
installation relay markings complete and in place.
#1-5 Type I Thermoplastic pavement marking .125 Mil 24" white stop
line (TxDOT DMS 8220). Including labor, equipment, and
preparation of existing surface. Complete and in place.
#1-6 Type I Thermoplastic pavement marking .125 Mil 24" white
continental crosswalk (TxDOT DMS 8220). Including labor,
equipment, and preparation of existing surface. Complete and in
place.
#1-7 Thermoplastic pavement marking Right or Left turn arrow
(TxDOT DMS 8220). Including labor, equipment, and
preparation of existing surface. Complete and in place.
#1-8 4" lane line elimination. Including labor, equipment, and All tools
necessary to remove and relay markings.
#1-9 8" lane line elimination. Including labor, equipment, and all tools
necessary to remove and relay markings.
#1-10 24" Thermoplastic lane line elimination. Including labor,
equipment, and all tools necessary to remove thermoplastic
markings.
#1-11 Thermoplastic turn arrow elimination. Including
labor,equipment, and all tools necessary to remove thermoplastic
mnrkinr7e
#1-12 Milling of Asphalt surface to various depths at all locations where
Micro -Surfaced streets will join at either a concrete valley gutter,
or concrete intersection, at varying widths. Including labor,
equipment, and all incidentals needed to ensure a smooth
transition between existing concrete surface, and the Micro -
Surfaced street. The resulting millings to be retained by the City
of Lubbock.
#1-13 Tree Trimming in public right-of-way (streets). A vertical
Clearance of twelve feet (12') above top of curb. According to
City of Lubbock ordinace Sec. 36.01.005. Including, labor,
equipment, removal and disposal of trees.
#1-14 Mobilization
QTY Unit Extended
+/- U/M Price Cost
9,000 Tons $ 350.00 3,150,000.00
440,670 SY
3.15 1,388,110.50
1,200 EA
2.00 2,400.00
4 EA
1,500.00 6,000.00
2,480 LF
22.00 54,560.00
590 LF 22.00 12,980.00
46
EA
400.00
18,400.00
95,300
LF
1.00
95,300.00
200
LF
10.00
2,000.00
700
LF
10.00
7,000.00
46
EA
125.00
5,750.00
100 SY 40.00 4,000.00
55 EA 275.00 15,125.00
1 EA 125,000.00 125,000.00
Total (Items 1-1 through 1-14): $ 4,886,625.50
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 Five Percent of Total Bid Amount Dollars ($ 5% of bid ), 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:
Se • . Joshua R. Bo Assistant Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
January 25, 2023
Authorized Signature
Nate Niemann, Project Manager
(Printed or Typed Name)
Intermountain Slurry Seal, In
Company
1000 North Warm Springs
Road
Address
Salt Lake City _
Salt Lake
City,
County
UT
84116
State
Zip Code
Telephone: 801-532-8200
Fax: N/A -
Email: nate.niemann@gcinc.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
87-0307259
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other S eci )
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.
ureement FAample
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: Intermountain Slurry Seal. Inc.
Signed By:
Print Name and Title: Nate Niemann, Project Manager
Date: January 25, 2023
BID BOND TRAVELERS CASUALTY AND SURETY COMPANY
Hartford, Connecticut 06183
KNOWN ALL BY THESE PRESENTS, That we, Intermountain Slurry Seal, Inc., as
Principal, and Travelers Casualty and Surety Company, as Surety, are held and firmly
bound unto City of Lubbock, TX as Obligee, in the sum of Five Percent (5%) of
Bid Amount Dollars ($5% of Bid Amount) for the payment of which we bind
ourselves, and our successors and assigns, jointly and severally, as provided
herein.
WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a
contract for RFP 23-17054-TF Micro -Surfacing ("Project").
NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's
bid, and Principal enters into a contract with Obligee in conformance with the terms
of the bid and provides such bond or bonds as may be specified in the bidding or
contract documents, then this obligation shall be void; otherwise Principal and Surety
will pay to Obligee the difference between the amount of Principal's bid and the
amount for which Obligee shall in good faith contract with another person or entity to
perform the work covered by Principal's bid, but in no event shall Surety's and
Principal's liability exceed the penal sum of this bond.
Signed this 12th day of January, 2023.
OL
CN .
�i
J6
IntermountainSlurry Seal, Inc.
(Principal)
By:
Nate Niemann, Project Manager
Travelers Casualty and Surety Company
By: _ (bA S
Isabel Barron, Attorney -in -Fact
A notary public or other officer completing this
certificate verifies only the identity ofthe individual ACKNOWLEDGMENT
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of Santa Cruz
On January 12, 2023
before me,
Maria Gomez, Notary Public
(insert name and title of the officer)
personally appeared Isabel Barron
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (Seal)
Maria Gomez, Notary Public
MARIA GOMEZ l
COMM. #2414077 z
Notary Public - California o
z Santa Cruz County
o My Comm. Expires Sep. 24, 2026j
Travelers Casualty and Surety Company of America
�► Travelers Casualty and Surety Company
TRAVELERS St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of
WATSONVILLE , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
CZeA NpODUN.w ti.KAC
State of Connecticut
By: -
City of Hartford ss. Robert L. Rane enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
i NQTATiv 4F a
My Commission expires the 30th day of June, 2026
1�Pua`ic Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this
January 12, 2023 .,*�°`
9
��wp5(fgryp� ,iY 40p� AN%s H.ikFiiF,
l4lRIFORG `i CCNN. rNAFORD,A 1
NP W; CONN. �
tkev'in
6+b' Hughes, Assi�retary
To verify the authentcity of this PoAf;a6ey, please call us at 1-800-421-3880.
Please refer to the above -named Attamey(s)-in-Fact and the details of the bond to which this Power ofAttomey is attached.
��
TRAVELERS J
1 Tower Square, Hartford, CT 06183
January 18, 2023
City of Lubbock
1314 Avenue K, 911 Floor
Lubbock, Texas 79401
RE: RFP 23-17054-TF Micro-Surfacin_g
To Whom It May Concern:
The undersigned surety companies are pleased to execute contract bonds for Granite
Construction Incorporated and its subsidiaries, including Intermountain Slurry Seal, Inc. The
Principal has been provided with performance, payment, and warranty bonds since 1926.
During that time, individual bonds have been underwritten in excess of $600,000,000, while an
aggregate work program well above that amount has been supported.
The aggregate bonding capacity is $5,000,000,000; current available bonding capacity as of
January 18, 2023 is approximately $2,460,000,000. It is the current intent of the sureties to
provide 100% performance and payment bonds, subject to acceptable contract terms and
conditions and underwriting conditions at the time the bonds are requested by Intermountain
Slurry Seal, Inc. Our consideration and issuance of bonds is a matter solely between
Intermountain Slurry Seal, Inc. and ourselves, and we assume no liability to third parties or to
you by the issuance of this letter.
We have the utmost confidence in the integrity and ability of Intermountain Slurry Seal, Inc. and
consider them to be one of the premier construction companies in the United States. We are
pleased to give them our highest recommendation.
Sincerely,
TRAVELERS CASUALTY and SURETY COMPANY, A.M. Best Rating:
INSURANCE COMPANY, A.M. Best Rating: A++ XV
THE CONTINENTAL INSURANCE COMPANY, A.M. Best Rating: A XV
JA'11� &11L��
Isabel Barron
Attorney in Fact
A++ XV FEDERAL
r �
s r11if:;FON; +
CONN n
r�.
rt� �rf
A notary public or other officer completing this
certificate verifies only the identity of the individual ACKNOWLEDGMENT
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of Santa Cruz )
On January 18, 2023
before me,
Maria Gomez, Notary Public
(insert name and title of the officer)
personally appeared Isabel Barron
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Maria Gomez, Notary Public
(Seal)
MARIA GOMEZ
COMM. #2414077 z
• : Notary Public - California o
is Santa Cruz County El
My Comm. Wes Sep. 24, 2026
TRAVELERS
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of
WATSONVILLE , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
VA RY �.,tY A%� �.
�l \wr Lw
wrb!ltP. 9t ""
Clow VA
.Ig
State of Connecticut
By:
City of Hartford ss. Robert L. Raney,4Senior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.i�+a'
NOTARY
My Commission expires the 30th day of June, 2026 * —0s °
Puatic Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this M
January 18, 2023 d,
NN
�u,n uairr Yd* it aNe �PrE Ur �
HARTFORD
ra HARMrro` rxhraArA! CONK
CONn
R cair. a W rl 8 !(At
3 ,
be/Kevin Hughes, Assigtant retary
To verify the authenticity of this Power of Attorney, please call us at 1-800-4213880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Powerof Attorney is attached.
CHUBB'
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of
Pennsylvania, do each hereby constitute and appoint Isabel Barron, Jigisha Desai, John D. Gilliland, Maria Gomez, Roberto J. Rivera -Rodriquez, Mariela Rubio,
Ashley Stinson and Tobi Stonich Telesco of Watsonville, California ------- — - -» - —_W_
each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on behalf
of GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone Or in joint venture as principal, in connection with bids, proposals or contracts to or with the United States
of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney -in -Fact in the Company's
name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding
upon the Company.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 10U day Of December, 2020.
l I:Iv: n .%I- t II I()] cr.:1`Sistant scvre(ary
STATE OF NEW JERSEY
County of Hunterdon
Stuphcn %I I kmcy. Vice President
Iti *2��s
ar:
On this 10w day of December, 2020 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and
Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly
sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY,
VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the
corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their
signatures as such officers were duly affixed and subscribed by like authority.
Notarial Seal
K�TAyr K Y HERINEPUBLIC O NEW
JERSEY
AR
NOTARY PUBLIC OF NEW JERSEY
]' No_ 2316685
A�LtP' Commission Expires July 16, 2024 Nulary Pl[hllr
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered into in the ordinary course of business (each a "Written Commitment"):
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the
seal of the Company or otherwise.
(2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal ofthe Company or otherwise,
to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact.
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in -
fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the
Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular
Written Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such
written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the
Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(ii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, NJ, this January 18, 2023
�oc--i 00,:,
a
lklwn AI Chkntr�:l�istant�crrelaly
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone 908 903- 3493 Fax 909 903- 3656 e-mail: suretyC@chubb.com
Combined: ACCOUNT:BID-CONTRACT-PROPOSAL (rev 11-19)
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing
insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein
affixed hereby make, constitute and appoint
.1ohn D Gilliland, Agisha Desai, Ashley Stinson, Tobi Stonich Telesco, Isabel Barron, Roberto J Rivera -Rodriguez,
Maria Gomez, Mariela Rubio, Individually
of Watsonville, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all
the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Board of Directors of the insurance company.
In Witness Whereof, The Continental insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 22nd day of June, 2021.
`ylNB. • The Continental Insurance Company
'z ' `eta o%
.. b
�r
•'•" Paul T. Bruflat ice President
State of South Dakota, County of Minneliaha, ss:
On this 22nd day of June, 2021, before me personally came Paul T. Bruflat to me known, who, being by roe duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance
company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he
signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company.
...... .,.,., .
a5555...,,s..b.,., ..
t M. BENT
NOIARY PUi141G sA
SOUTH OANOTA r
My Commission Expires March 2, 2026
— M. &1't�
M. Bent Notary Public
CERTIFICATE
I, D. Johnson, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of
Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance company
printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance
company this January 18, 2023
The Continental Insurance Company
fin:
.'•'�•''••• D. Johnson Assistant Secretary
Form F6850-4/2012
Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company at a meeting held on May 10, 1995.
"RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf
of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such
officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution
becoming effective.
This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of
attorneys on behalf of The Continental Insurance Company.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
the Company by unanimous written consent dated the 25a' day of April, 2012.
"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized
Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and
Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be
provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"), Now therefore be it resolved: that the
Electronic Signature of any Authorized Officer shall be valid and binding on the Company."
Page Intentionally Left Blank
Contractors Statement of Qualifications
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process`?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any
such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of
the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER
resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
Contractor's General Information
Organization Doing Business As
Intermountamn Slurry Seal, Inc.
Business Address of Principle Office
1000 North Warm S rin s Road
Salt Lake City, UT 84116
Telephone Numbers
Main Number
801 532-8200
Fax Number
(469)635-6054
Web Site Address
www.intermountainslurryseal.com
Form of Business (Check One)
If a Corporation
Date of Incorporation
ix I A Corporation A Partnership An Individual
April23, 1982
State of Incorporation
Wyoming
Chief Executive Officer's Name
President's Name
Vice President's Name(s)
Secretary's Name
Treasurer's Name
PartnershipIf a
Date of Organization
moor
N/A
State whether partnership is general or
limited
If an Individual
Name
N/A
Business Address
Identify1 1uals not previously
I 1 which exert a significant amountof business controlover the
organization
N/A
Indicators of Organization
Average Number of Current Full Time 75 Average Estimate of Revenue for the $65,119, 000
Employees Current Year
Intermountain Slurry Seal, Inc.
List of Officers
Name
Present Office Position
Price, Gary R.
President
Vice President
Treasurer
Chase, Robert K.
Assistant Secretary
Vice President
Bowen, Joshua R.
Assistant Secretary
Vice President
Goodwin, Kelsie M.
Assistant Secretary
Vice President
Controller
Shippy, John M.
Secretary
Vice President
Stinson, Ashley M.
Assistant Secretary
Updated January 2023
Contractor's Organizational Experience
Organization Doing Business As
Intermountain Slurry Seal, Inc.
Business Address of Regional Office
1000 North Warm Springs Road
Salt Lake City, UT 84116
Name of Regional Office Manager
Kelsie Goodwin
Telephone Numbers
Main Number
(801)532-8200
Fax Number
801 526-6049
Web Site Address www.intermountainslurryseal.com
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
Bear River Constructors and Intermountain Slurry Seal In
merged on 12/21/1999 and were then named ISS Inc.
then changed their name on 05/24/2000 20 Years to
their current name of Intermountain Slurry Seal, Inc.
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
Intermountain Slurry Seal, Inc, is a wholly owned subsidiary of Granite
0
Construction Incorporated.
Construction Experience
Years experience in projects similar to the proposed project:
As a General Contractor
40+
1 As a Joint Venture Partner
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.
N/A
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.
N/A
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?
No
If yes provide full details in a separate attachment. See attachment No.
N/A
Is this organization or your proposed surety currently in any litigation or contemplating
litigation? See Appendix Al - Litigation
Yes
If yes provide full details in a separate attachment. See attachment No.
Appendix Al
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
N/A
Contractor's Proposed Key Personnel
Organization Doing Business As Intermountain Slurry Seal, 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. Appendix 131 - Organizational Chart
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. Appendix 131 -Organizational Chart
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
Nathan Niemann
Landon Moore
Project Superintendent
JD Tompkins
Scott Reese
Project Safety Officer
Matt Fuller
Quality Control Manager
George Peterson
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.
APPENDIX B2
Intermountain Slurry Seal, Inc. — Project Specific, Organizational Chart
Key Personnel Fulfilling More Than One Key Role
Our proposed Project Managers and Superintendents will be onsite full time and have no other project
commitments. Our proposed Quality Control Managers and Safety Officers are in regional support ales
and will be on site, as necessary, to ensure safety and compliance with regulations, All of our proposed
key staff are experts in their Feld and will be cornmitted 100% for 91e time required for this project.
Proposed Project Managers
Organization Doing Business As
Primary Candidate
Name of Individual
Intermountain Slurry Seal, Inc.
Nathan Niemann
Years of Experience as Project Manager
21
Years of Experience with this organization
21
Number of similar projects as Project 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
Abe Langston
Name
Nicolas Traupel
Title/ Position
Superintendent
Title/ Position
Engineering Technician
Organization
City of Midland TX
Organization
City of Sioux Falls, SD
Telephone
432 685-7299
Telephone
605 367-8661
E-mail
alan ston midlandtexas. ov
E-mail
ntraupel@siouxfalls.org
Project
City of Midland FY 21 Micro
Project
City of Sioux Falls Slurry Seal
Candidate role on
Project
Alternate Candidate
Name of Individual
Project Manager
Candidates role Project Manager
on Project
Landon Moore
Years of Experience as Project Manager
3
Years of Experience with this organization
6
Number of similar projects as Project 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
Name
Information (listing names indicates approval
Dennis Gouin
to contacting the
names individuals as a reference
Gladis Vallejos
Name
Title/ Position
Project Engineer
Title/ Position
Project Manager
Organization
New Mexico DOT
Organization
City of Las Cruces, NM
Telephone
(505)617-0892
Telephone
(575)528-4553
E-mail
dennis.gouin@state.nm.us
E-mail
gvallejos@las-cruces.org
Project
NM 64 Microsurfacing
Project
City of Las Cruces Micro
Candidate role on
Project
Project Manager
Candidate role on
Project
Project Manager
Proposed Project Superintendent
Organization Doing Business As
Primary Candidate
Name of Individual
Intermountain Slurry Seal, Inc.
John Tompkins
Years of Experience as Project Superintendent
18
Years of Experience with this organization
10
Number of similar projects as Superintendent
200+
Number of similar projects in other positions
400+
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
Kevin Harvell
Name
Kay Reiter
Title/ Position
Assistant Director of Public Works
Title/ Position
Inspector
Organization
City of Baytown, TX
Organization
City of Sioux Falls
Telephone
281 420-7180
Telephone
(605)212-2698
E-mail
kevin.harvell ba town.or
E-mail
kaybellj@gmail.com
Project
2021 Microsurfacing Project
Project
City of Sioux Falls Slurry Seal
Candidate role on
Project
Alternate Candidate
Name of Individual
Superintendent
Candidate role on Superintendent
Project
Scott Reese
Years of Experience as Project Superintendent
2
Years of Experience with this organization
8
Number of similar projects as Superintendent
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
approval
Brad Douglass
to contacting the
names individuals as a referenc
Abe Langston
Name
Title/Position
Inspector
Title/Position
Superintendent
Organization
City of Amarillo
Organization
City of Midland, TX
Telephone
806)236-7044
Telephone
432)685-7299
E-mail
brad.douglass@amarillo.gov
E-mail
alangston@midlandtexas.gov
Project
City of Amarillo 2021 Street Im rov
Project
City of Midland FY 21 Micro
Candidate role on
Project
Superintendent
Candidate role on
Project
Project Manager
Proposed Project Safety Officer
Organization Doing Business As
Primary Candidate
Name of Individual
Intermountain Slurry Seal, Inc.
Matt Fuller
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
Regional Commitment as Safety Manager
5%
Annual Assignment
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
Jason Russell
Name
Derrick Christensen
Title/ Position
Group Safety Director
Title/ Position
Corporate Safety Director
Organization
Granite Construction Company
Organization
Granite Construction Company
Telephone
(812)653-7581
Telephone
(801)347-2018
E-mail
jason.russell@gcinc.com
E-mail
derrick.christensen@gcinc.com
Project
NW Group
Project
NW Group
Candidate role on
Project
Alternate Candidate
Name of Individual
Group Safety Director
Candidate role on Corporate Safety Officer
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
039094MIRWITOR
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
Intermountain Slurry Seal, Inc.
George Peterson
Years of Experience as Quality Control Manager
23
Years of Experience with this organization
18
Number of similar projects as Quality Manager
125+
Number of similar projects in other positions
125+
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Regional Commitment as QCM
5%
Annual Assignment
Reference Contact
Information (listing names indicates ap roval to contacting the
names individuals as a reference)
Name
Roy Ulibarry
Name
Tim O'Connell
Title/ Position
Lead Binder Technichian
Title/ Position
Research Director
Organization
Utah Department of Transportation
Organization
In evit
Telephone
801 633-0667
Telephone
918 284-9563
E-mail
rulibarri utah. ov
E-mail
tim.oconnell(cDincievity.com
Project
Various
Project
Various
Candidate role on
Project
Alternate Candidate
Name of Individual
Quality Control Manager
Candidate role on Quality Control Manager
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 Intermountain Slurry Seal, Inc.
Projects
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A See Appendix C1 - Major Incomplete Projects See Appendix D1 - Completed Jobs
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
3. Time management
4. Cost control
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
See Appendix E1 - Equipment
Division of Work between Organization and Subcontractor
What work will the organization complete using its own resources?
What work does the organization propose to subcontract on thisproject?
Contractor's Subcontractors and Vendors
Organization Doing Business As Intermountain Slurry Seal, Inc.
Project• • •
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
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
10
Attachment A
Current Projects and Project Completed within the last 10 Years See Appendix C1 - Major Incomplete Projects See Appendix D1 - Completed Jobs
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Attachment B
Protect Information
Project Owner
Project Name
General Description of Project
Project•g. • Schedule Performance
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
Actual / Estimated Substantial Completion Date
Final Cost
•
Key Project
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer Quality Control
Manager
Name
Percentage of Time Devoted to the Project
Proposed for this Project
Did Individual Start and Complete the Project?
If not, who started or completed the project in their place.
Reason for change.
Reference Contact Information
(listing names indicates approval to contacting the names
Name Title/ Position
individuals as a reference)
Organization Telephone
E-mail
Owner
Designer
Construction Manager
Surety
Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards
Number of Issues Total Amount involved in Number of Issues Total Amount involved in
Resolved Resolved Issues Pending Resolved Issues
�pJt�EWt PBES[g`4t'oy
ItIIWIII II luLI I LLIU! 11L
�LI_LL�� `LuLIL;L.
INTERMOUNTAIN SLURRY SEAL, INC.
INCOMPLETE MAJOR CONTRACTS*
(in Thousands)
For the Period
Company
00011
Ended September
Job Type
LJ
30, 2022
Job
991586 - C COSA MICRO PCK 2
Projected Final Revenue
Adjusted
3,492
Percent Complete
99.31
Backlog Amount
24
OwnerlReceivable
Address
CITY OF SAN ANTONIO
00011
Li
1111756 - W FHWA PVMT PRES LASSEN
4,270
99.41
25
THE UNITED STATES OF AMERICA
00011
LJ
1120423 - C COSA ONYX PKG 4
1,278
71.36
366
CITY OF SAN ANTONIO
00011
Li
1120551 - C COSA MICRO PKG 5
1,497
88.67
170
CITY OF SAN ANTONIO
00011
LJ
1123176 - W NDOT 3861
1,447
96.15
56
NV DEPARTMENT OF TRANS
00011
Li
1124949 - C LUBBOCK MICRO AND SCRUB 2021
3,573
99.66
12
CITY OF LUBBOCK
00011
LJ
1131125 - C CITY OF AUSTIN IDIQ OPT 2
2,044
98.44
32
CITY OF AUSTIN
00011
Li
11137913 - W VISALIA 2021 RECLAMITE
916
98.68
12
CITY OF VISALIA
00011
LJ
1138139- C SCHERTZ 2021 SPAM RESURF
2,170
57.31
926
CITY OF SCHERTZ
00011
Li
1139014 - W SLO CO 2021 SURFACE TRTMNT
3,817
95.14
186
PUBLIC WORKS AND TRANSPORTATION
00011
LJ
1140917 - C FHWA PAVEMENT PRES BIG BEND
9,769
99.10
88
THE UNITED STATES OF AMERICA
00011
Li
1142906 - INT NV NDOT 3897 SR 722
2,402
99.27
18
NV DEPARTMENT OF TRANS
00011
LJ
11"962 - INT CO CDOT US 50B MICRO
1,425
82.73
246
COLORADO DEPT OF TRANSPORTATION
00011
Li
1145225 - INT ND FHWA NORTH DAKOTA PVMT
4,326
92.71
315
THE UNITED STATES OF AMERICA
00011
LJ
1145504 - INT TX LUBBOCK MICRO & SCRUB
2,517
99.60
10
CITY OF LUBBOCK
00011
Li
11145805 - INT UT UDOT I-15 S CEDAR
875
91.95
70
STATE OF UTAH
00011
LJ
1146925 - INT UT HURRICANE CHIP SEAL
1,033
67.67
334
CITY OF HURRICANE
00011
Li
1147041 - INT UT UDOT SR-68; 1000 N
571
93.74
36
STATE OF UTAH
00011
LJ
1147912 - INT UT UDOT I-15; BEAVER
1,711
95.15
83
STATE OF UTAH
00011
Li
1148091 - INT CA SLO CO JOC MICRO
1,380
21.23
1,087
PUBLIC WORKS AND TRANSPORTATION
00011
LJ
1149897 - INT WA FHWA CASCADES NATL PARK
2,024
92.52
151
THE UNITED STATES OF AMERICA
00011
Li
1150303 - INT WY WYDOT D1 CHIP SEAL
3,310
89.88
335
STATE OF WYOMING
00011
LJ
1150596 - INT NV COR PREV MNT
2,897
92.45
219
CITY OF RENO
00011
Li
11152441 - INT TX COSA 2022 MICRO PKG 5
1,789
25.26
1,337
CITY OF SAN ANTONIO
00011
LJ
1153035- INT AR PULASKI COUNTY CAPE
10,155
69.97
3,050
PULASKI COUNTY
00011
Li
1154638 - INT CA CALTRANS 01-OL0004
1,105
0.22
1,102
CA DEPARTMENT OF TRANSPORTATION
00011
LJ
1155310 - INT TX FAIR OAKS RANCH MICRO
678
92.90
48
CITY OF FAIR OAKS RANCH
00011
Li
1155689 - INT TX CITY OF AUSTIN OPT 3
2,000
0.40
1,992
CITY OF AUSTIN
00011
LJ
1165250 - INT WA BREMERTON CHIP & SLURRY
5621
0.001
562
CITY OF BREMERTON
75,035
12,893
'intermountain Slurry Seal Contracts with Forecasted Revenue > $400Kand Revenue Backlog > $10K
Appendix C1
�1L� i t�L� u_tli�_CtL
01t;
Intermountain Slurry Seal, Inc.
2021 Comoleted Job Greater Than 5500.00O
and Address of Owner
Name, Location of Project, and Kin
Prime or
Name of Contractor
Owner
���ffame
Work
J
Subcontractor
(ifsub)
:Jr
ate
9/1/2021
Beaver County
Antelope Point Rd Micro
Prime Contractor
N/A
Lyndon Friant
$735,122
Po Box 789
Contract Number: 1711-266
(435)979-4558
Beaver, UT 84713-0789
Milford, Utah
Fax: N/A
Microsurfacing
I.friant@jonesanddemille.com
1098599
Federal Highway Administration
FHWA Pvmnt Pres South Dakota
Prime Contractor
N/A
Andres Arredondo
$3,212,493
8/1/2021
610 East Fifth Street
Contract Number: 69056718D000005/
(360)619-7784
Vancouver, WA 98661-3801
Custer, South Dakota
(360)619-7932
Chip seal and Microsurfacing
andres.arrendondo@dot.gov
1101580
State of Utah
UDOT US 191
Prime Contractor
N/A
Kristopher Blanchard
$806,384
9/30/2021
4501 South 2700 West
Contract Number: F-0191(177)151
(435)259-5030
Salt Lake City, UT 84114
Green River, Utah
Fax: N/A
Microsurfacing
kjblanchard@utah.gov
1111748
State of Utah
UDOT 1 15 Hamilton Fort
Prime Contractor
N/A
Riley Champneys
$1,160,275
9/30/2021
4501 South 2700 West
Contract Number: F-115-2(80)52
(435)680-6707
Salt Lake City, UT 84114
Cedar City, Utah
Fax: N/A
Microsurfacing
rhampneys@utah.gov
1111749
City of Midland
Midland Fy21 Micro & Slurry
Prime Contractor
N/A
Abraham Langston
$2,887,661
8/31/2021
Po Box 1152
Contract Number: 21001222
(432)685-7293
Midland, TX 79702-1152
Midland, Texas
Fax: N/A
Slurry Seal
alangston@midlandtexas.gov
1121933
State of Utah
1-15 N Holden To Scipio
Subcontractor
Kilgore Companies
Winn Lindsay
$1,353,209
9/30/2021
210 West 800 South
Contract Number: F-115-4(73)179
(801)971-2575
Richfield, UT 84701
Scipio, Utah
(801)252-2392
Microsurfacing
winn.lindsey@kilgorecontracting.com
1123255
California Department Of Transportation
Caltrans 07-4W6204
Prime Contractor
N/A
Shira Rajendra
$1,696,078
12/31/2021
1727 30Th Street
Contract Number: 07-4W6204
(916)227-6299
Sacramento, CA 95816
Oxnard, California
(916)227-6282
Microsurfacing
shira.rajendra@dot.ca.gov
1123273
City of Amarillo
City Of Amarillo 2021
Prime Contractor
N/A
Jackson Zaharia
$6,460,238
9/17/2021
509 S E 7Th Ave
Contract Number: 462156.17400.1040
(806)378-9333
P O Box 1971
Amarillo, Texas
(806)378-9363
Amarillo, TX 79105
Microsurfacing, Scrub Seal
engineeringdept@amarillo.gov
1124849
City of Lubbock
Lubbock Micro And Scrub 2021
Prime Contractor
N/A
Dwayne Mitchell
$3,572,840
8/1/2021
1625 13Th Street Room 204
Contract Number: 15772
(806)775-3680
Lubbock TX 79401
Lubbock, Texas
Fax: N/A
Microsurfacing
dmitchell@mail.ci.lubbock.tx.us
1124981
City of Sunnyvale
Sunnyvale Slurry Seal 2021
Prime Contractor
N/A
Lisa Vo
$636,344
5/21/2021
P O Box 3707
Contract Number: ST-21-02
(408)730-7608
Sunnyvale, CA 94088-3707
Sunnyvale, California
Fax: N/A
Slurry Seal
No@sunnyvale.ca.gov
Updated : February 2022 Appendix DI
�1L� i t�L� u_tli�_CtL
Intermountain Slurry Seal, Inc.
2021 Comoleted Job Greater Than 5500.000
and Address of Owner
and Kin
Prime or
Name of Contractor
Owner
r2me
J
Subcontractor
(ifsub)
ate
Sublette County
8/29/2021
1127749
Sublette County Chip 2021
Prime Contractor
N/A
Mark Ettinger
$1,074,265
Po Box 250
Contract Number: N/A
(307)367-2826
Pinedale, WY 82941-9998
Pinedale, Wyoming
(307)367-2546
Chip Seal, Crack Seal, Striping
rioverde@wyoming.com
1127772
City of Richland
Richland 2021 Microsurfacing
Prime Contractor
N/A
Sheldon Williamson
$1,174,114
9/30/2021
P.O. Box 190 Ms-11
Contract Number: 21-0022
(509)942-7500
Richland, Washington 99352-0190
Richland, Washington
(509)942-7468
Microsurfacing
swilliamson@ci.richland.wa.us
1128818
Nevada County
Nevada CO 2021 Road Rehab
Prime Contractor
N/A
Zachary Lake
$838,995
9/3/2021
950 Maidu Avenue
Contract Number: 426638
(530)265-1416
Nevada City, CA 95959-8600
Grass Valley, California
Fax: N/A
Chip Seal, Crack Seal, Striping
zachary.lake@co.nevada.ca.us
1128900
Reno Tahoe Airport Authority
RTAA Pm 2021
Prime Contractor
N/A
Bryce Juzek
$516,262
8/1/2021
Po Box 12490
Contract Number: ITB 20/21-17
(775)328-6458
Reno, NV 89510-2490
Reno, Nevada
Fax: N/A
Type II Slurry
bjuzek@renoairport.com
1129773
City of Las Cruces
Las Cruces Micro Fy22
Prime Contractor
N/A
Jerry Cordova
$1,184,965
10/31/2021
P O Box 2000
Contract Number: 00-80500-19-16814
(575)528-3142
Las Cruces, NM 88004-9002
Las Cruces, New Mexico
Fax: N/A
Microsurfacing
jcordova@las-cruces.org
1130027
Elko County Public Works
Elko County Chip 2021
Prime Contractor
N/A
Logan Jensen
$839,839
9/30/2021
540 Court Street Suite 104
Contract Number: PWP-EL-2021-302
(775)738-2121
Elko, NV 89801
Elko, Nevada
(775)738-7955
Chip Seal, Crack Seal, Striping
info@farmestengineering.com
1130043
Caltrans
Caltrans 07-4W5904
Prime Contractor
N/A
Houshang Shoshet
$3,189,837
12/31/2021
1727 30Th Street
Contract Number: 07-4W5904
(805)857-7072
Sacramento, CA 95816
Ojai, California
Fax: N/A
Chip Seal, Crack Seal, Striping
houshang.shohet@dot.ca.gov
1132438
New Mexico Department of
NMDOT D4 US 64 Micro
Prime Contractor
N/A
Adam Romero
$2,489,732
10/31/2021
Transportation - Las Vegas
Contract Number: 80500-0000344880
(505)617-4440
Po Box 10
Eagle Nest, New Mexico
Fax: N/A
Las Vegas, NM 87701-0000
Microsurfacing
adam.romero@state.nm.us
1134543
Nevada Department of Transportation
NDOT 3882
Prime Contractor
N/A
Jennifer Manubay
$620,955
10/8/2021
1263 South Stewart Street
Contract Number: 3882 SPSR-0165(001)
(702)469-4529
Carson City, NV 89712
Nelson, Nevada
Fax: N/A
Chip Seal
jmanubay@dot.nv.gov
1137409
ATP General Engineering Contractors
Caltrans 11-2N0954
Subcontractor
ATP General
Geoff Acosta
$1,013,431
10/22/2021
4211 Ponderosa Avenue Suite C
Contract Number: 11-2N0954
Engineering
(619)538-2099
San Diego, CA 92123-1665
Alpine, California
Contractors
(858)292-1079
Microsurfacing
geoff.acosta@lehighhanson.com
Updated : February 2022 Appendix DI
Intermountain Slurry Seal Master Equipment list
Appendix E1
*Key production equpment for this project in bold.*
RCC Equip No Year Description Serial Number
1650
03.039
95
STRICK 28' VAN
1S11S8282SG383119
1650
03.11069
11
LEEBOY L250T TACK DIST
1B9AA111XB1309381
1650
03.11779
12
WELLS CARGO EW2024 FLATBED TRL
1WC200J29C4080496
1650
03.12636
13
TRAIL MAX TD-40-T TI LT TRAI LE R
5UCPT3223DA001679
1650
03.1421
04
TWAMCO 30 TON TRANSPORT TRLR
1T9DL502541473006
1650
03.1423
03
TK40LP 26' EQTRAILER
1TKCO26283M122645
1650
03.1424
73
FREUH TRAILER
FRR526703
1650
03.1506
06
ETNYRE 4 AX OIL TANKER PUP
1E9T5525X7E007040
1650
03.1507
06
ETNYRE 4 AX OIL TANKER PUP
1E9T552447E007039
1650
03.15216
95
STRICK 28' VAN TRAILER
1S11E8286SD398313
1650
03.15307
91
ALLOC 28' VAN TRAILER
1ALSD618OMS911071
1650
03.15312
13
PJ 20' TILT BED TRAILER
4P5T6202XD1195779
1650
03.15350
13
PJ 18' FLATBED TRAILER
4P5CC1826D1194250
1650
03.1554
07
TWAMCO 30 TON TRANSPORT TRLR
1T9FN553971473006
1650
03.1556
07
ETNYRE 5400 GL TANKER TRLR
1E9T572997E007187
1650
03.1557
07
ETNYRE 5400 GL TANKER TRLR
1E9T573007E007188
1650
03.15625
13
PJ 22' TILT BED TRLR
4P5T62229D1195785
1650
03.1564
89
FRUEH 8,000 GL OIL TANKER
1H4T04629KK035803
1650
03.1588
08
TK 30' TILT TRAILER
1TKC030298MO56743
1650
03.1589
08
ETNYRE 5400 GL TANKER PUP
1E9T612488E007178
1650
03.1610
09
ETNYRE 5400 GL ASPH TRAILER
1E9T635139E007104
1650
03.1642
96
STRICK 28' VAN TRLR
1S11S8280TG404616
1650
03.1711
75
WESTMARK 3500GL PUP
4822
1650
03.179
95
VAN TRAILER
1S11S8282SD382750
1650
03.180
91
TANK TRAILER
1PMS52132M1010863
1650
03.1812
10
ETNYRE 6500GL ASPH TANKER
1E9T65368AE007131
1650
03.1853
11
ETNYRE ASPH TANKER PUP
1E9T67423BE007160
1650
03.1854
11
ETNYRE LB241 FALCON TRAILER
1E9V16934BE111322
1650
03.1862
94
STRICK VAN TRAILER
1S11S8280RG377748
1650
03.1862D
92
Dolly
1NNJO101ONM167818
1650
03.19255
14
ETNYRE FLOW BOY TRLR
1E9V18673EE111397
1650
03.19403
14
ETNYRE 50T HYD FOLD GOOSENECK
1E9316596EE111361
1650
03.19410
05
ECONOLINE TILT TRLR
42EDPWT2251000779
1650
03.22183
15
BIG TEX 20' GOOSENECK
16VGX2025F2085149
1650
03.22270
14
PJ FLAT DECK TRAILER
4P51362025E1207091
1650
03.22930
15
PJ FLAT DECK TRAILER
4P5FS2423F1229485
1650
03.23248
15
PJ TRAILER
4P51362427F1225376
1650
03.24752
16
ETNYRE 6500 GL ASPH TANKER
1E9T81394GE007178
1650
03.25653
16
PJ 26' CHANNEL SUPER WIDE
4P51382621G1250931
1650
03.3024
78
LOAD KING DOLLY
7341
1650
03.3025
78
LOAD KING DOLLY
7342
1650
03.3073
88
5TH WHEEL DOLLY
PS039533
1650
03.3075
88
5TH WHEEL DOLLY
655942
1650
03.3076
88
5TH WHEEL DOLLY
827911302
1650
03.3079
88
FRUEH OIL TANKER TRAILER
1H4T04129JL009802
1650
03.3373
80
OIL TANKER
950760
1650
03.3381
88
DOLLY
PS039534
1650
03.3385
85
PINES CON GEAR DOLLY
1PNA091OXFK016623
1650
03.34198
97
POLAR 9500 GL 3AX ALUM TANKER
1PMA2432XW5001344
1650
03.34199
96
HEIL 10.500 GL 3AX ALUM TANKER
5HTAB4638T7H59934
Intermountain Slurry Seal Master Equipment list
Appendix E1
RCC
Equip No
Year
Description
Serial Number
1650
03.34200
18
PJ 25' 2AX FLATDECK/RAMPS
4P5FS2528J1289804
1650
03.3446
76
STRICK 27TOOL TRAILER
207418
1650
03.34664
18
PJ 25' 2AX FLATDECK/RAMPS
4P5FS2528J1291584
1650
03.35360
19
ETNYRE 50T HYDFOLD GOOSENECK
1E9327926LE111244
1650
03.35951
96
HEIL 9,000 GL 2AX ALUM TANKER
5HTAB442XT7H59928
1650
03.36689
19
131322W5 2AX FLAT DECK / RAMPS
5F7GF272XKU041753
1650
03.36693
19
BB22W5 2AX FLAT DECK / RAMPS
5F7GF2725KU043295
1650
03.372
94
QUIPNET 2 AXLE TILTBED TRLR
1PNF40D26RG162848
1650
03.39276
19
BB22W5 2AX FLAT DECK / RAMPS
5F7GF2720KU043298
1650
03.39323
19
TRAI LMAX TRD-54-T TI LT TRAI LE R
5UCPT3736KA003991
1650
03.466
90
MOSE 7000 GL ASPHALT TANKER
1V9T3334XL1001014
1650
03.488
91
BEALL 7200GL HOT OIL TANKER
1BN1M3444MB003221
1650
03.508
03
TWAMCO 15TON TILT DECK TRAILER
1T9PT322031473010
1650
03.6051
07
PJ TILT DECK
3CVCH202972094607
1650
03.6052
08
WELLS INDUSTRIES LAB TRAILER
1WC200J2384070263
1650
03.6053
08
PJ TRAFFIC TRAILER
3CVC6202482120280
1650
03.6054
08
PJ TILT DECK
3CVTS202482127872
1650
03.6055
08
PJ TILT DECK
3CVTS202682127873
1650
03.6062
09
PJ TRAFFIC TRAILER
4P5CC202591133786
1650
03.6064
11
PJ FLAT DECK GO CARTS
4P5CC2024B1151668
1650
03.6066
11
PJ TILT DECK
4P5T62027B1153275
1650
03.6067
10
PJ TRAFFIC TRAILER
4P5CC2023B1148924
1650
04.084
96
PETRB 379 3AX TRACTOR
1XP5DBOX7TD398998
1650
04.1078
99
PETRB 379 3AX TRACTOR
1XP5DBOX6XD507277
1650
04.11428
12
FORD 1.5 TON MECHANIC TRUCK
1FDUF5GTXCEC12064
1650
04.11493
13
PETRB 365 SUPER DMP 16 WHL
1NPSL7EX4DD193534
1650
04.11494
13
PETRB 365 SUPER DMP 16 WHL
1NPSL7EX6DD193535
1650
04.1199
01
PETRB 357 SLURRY
1NPAXOOX21D567074
1650
04.1200
01
PETRB 357 2 AX OIL DIST
1NPAHT8X81D568158
1650
04.12055
12
FORD 1.25 TON SUPER DUTY
1FDOW4GT2CEB81451
1650
04.12056
12
FORD 1.25 TON SUPER DUTY
1FDOW4GT4CEB81452
1650
04.12057
12
FORD 1.25 TON SUPER DUTY
1FDUF4GT2CEB81449
1650
04.12058
12
FORD 1.25 TON SUPER DUTY
1FDUF4GT9CEB81450
1650
04.12149
13
PETRB 4 AX TRACTOR
1XPWP4EX5DD189969
1650
04.12635
13
PETRB 5200 GL OIL DIST SAX
1NPSL7EX2DD213005
1650
04.1299
02
PETRB 330 3600GL 3AX W/HITCH
2NPNLZ9X42M586492
1650
04.1368
03
PETRB 357 5200GL OIL DIST
1NPALBEX34D812073
1650
04.1371
03
PETRB 330 3600GL 3AX W/HITCH
2NPNLZ9X13M807905
1650
04.1394
04
PETRB 379 3AX TRACTOR
1XP5DBOX24D812075
1650
04.1426
04
PETRB 379 4AX TRACTOR
1XP5DBEX54D834208
1650
04.1461
06
PETRB 357 SLURRY CHASSIS
1NPALUTXX6D883014
1650
04.1462
06
PETRB 357 SLURRY CHASSIS
1NPALUTX16D883015
1650
04.15300
14
PETRB 365 3AX SLURRY TRUCK
1NPSX7EX5ED237806
1650
04.1540
07
PETRB 357 4AX NURSE
1NPALUEX67D666512
1650
04.1541
07
PETRB 357 4AX NURSE
1NPALUEX87D666513
1650
04.1542
07
PETRB 357 4AX NURSE
1NPALUEXX7D666514
1650
04.1543
07
PETRB 357 4AX NURSE
1NPALUEX17D666515
1650
04.1613
06
PETRB 335 2TN 2AX MECHANIC
2NPLHD6XX7M681498
1650
04.1723
09
PETRB 365 SLURRY CHASSIS
1NPSLUEX89N773000
1650
04.1724
08
PETRB 388 3AX TRACTOR
1XPWDBOX89D773309
1650
04.1781
10
PETRB 367 NURSE
1NPTLOEX6AD794435
1650
04.1782
10
PETRB 367 NURSE
1NPTLOEX8AD794436
1650
04.1783
09
PETRB 388 3AX TRACTOR
1XPWD40X3AD794701
1650
04.1812
10
PETRB 367 3X NURSE TRK
1NPTL4EX6BD117295
Intermountain Slurry Seal Master Equipment list
Appendix E1
RCC
Equip No
Year
Description
Serial Number
1650
04.1813
11
PETRB 367 3X NURSE TRK
1NPTL4EX8BD117296
1650
04.1825
11
FORD F550 1.5 TON FLATBED 4X4
1FDOW5HT8BEA70938
1650
04.1827
08
FORD 1 TON UTILITY
1FDSF34R28EA28880
1650
04.1851
11
FORD 1.25 TON CREW FLATBED
1FDOW4GT8BEC31753
1650
04.1853
11
FORD 1.25 TON CREW FLATBED
1FDOW4GT6BEC17480
1650
04.19095
14
PETRB 365 18YD DUMP
1NPSL7EX7FD265667
1650
04.19343
15
PETRB 567 SAX NURSE TRUCK
1NPCL7EX4FD270054
1650
04.19344
15
PETRB 567 SAX NURSE TRUCK
1NPCL7EX6FD270055
1650
04.19345
15
PETRB 567 5AX NURSE TRUCK
1NPCL7EX8FD270056
1650
04.19346
15
PETRB 567 SAX NURSE TRUCK
1NPCL7EXXFD270057
1650
04.19381
14
FORD F550 MECHANIC TRUCK
1FDUF5GT9EEA92633
1650
04.19382
14
FORD F550 MECHANIC TRUCK
1FDUF5GT5EEA86053
1650
04.20866
15
FORD F450 CREWCAB
1FDOW4GTXFEB61498
1650
04.23518
16
PETRB 365 DUMP
1NPSL7TXOGD348359
1650
04.23678
15
PETRB 567/BERGKAMP SLURRY TRK
1NPCX7EX8GD352844
1650
04.277
96
PETRB 379 3AX TRACTOR
1XP5DBOX8TD414268
1650
04.27989
17
PETE 567 4000GL 4AX OIL DIST
1NPCX7EXXHD450159
1650
04.3012
98
PETRB SUPER DUMP 16 WHL
1NPAXUEX7WD466046
1650
04.3071
99
PETRB 357 3AX SLURRY CHASSIS
1NPALOUX2XD509051
1650
04.3348
96
PETRB 379 3AX TRACTOR
1XP5DB9X9TD414153
1650
04.35341
20
PETE 567 SAX BERGKAMP SLURRY
1NPCX7EXOLD632297
1650
06.1073
09
FORD .75 TON CREWCAB
1FTSW20R99EA60148
1650
06.11282
12
FORD .5 TON PICKUP
1FTFX1CF5CFB46293
1650
06.11283
12
FORD .75 TON PICKUP
1FTFX2A67CEB81436
1650
06.11284
12
FORD .75 TON CREW
1FT7W2A64CEB81431
1650
06.11285
12
FORD .75 TON CREW
1FT7W2A66CEB81432
1650
06.11287
12
FORD .75 TON CREW
1FT7W2A6XCEB81434
1650
06.11289
12
FORD .75 TON CREW
1FT7W2A610EB81435
1650
06.11576
12
FORD .5 TON CREW
1FTFW1CF8CFB56903
1650
06.1203
10
FORD .5 TON PICKUP
1FTEX1C84AKE09245
1650
06.1260
11
FORD .5 TON PICKUP
1FTEX1CM4BFA72311
1650
06.12637
13
FORD .75 TON PICKUP CREW CAB
1FT7W2A61DEB09622
1650
06.12639
13
FORD .75 TON PICKUP CREW CAB
1FT7W2A65DEB09624
1650
06.12642
13
FORD .5 TON PICKUP CREW CAB
1FTFW1CF4DKE67043
1650
06.12646
13
FORD .5 TON PICKUP
1FTFXlCFODKE57977
1650
06.1292
11
FORD .75 TON PICKUP CREWCAB
1FT7W2ATOBEC34792
1650
06.1297
11
FORD .75 TON PICKUP CREWCAB
1FT7W2AT7BEC29380
1650
06.1306
11
FORD .75 TON CREW PICKUP
1FT7W2A64BEC75369
1650
06.1313
11
FORD .5 TON PICKUP
1FTEX1CM6BFB76881
1650
06.1320
11
FORD 1 TON CREWCAB PICKUP
1FT8W3A6XBED02116
1650
06.1338
11
FORD .5 TON PICKUP
1FTFX1CF6BKE23328
1650
06.1352
12
FORD .75 TON CREW CAB
1FT7W2A65CEA32106
1650
06.1367
12
FORD .5 TON PICKUP
1FTFX1CF9CKD10023
1650
06.14783
12
FORD .75 TON CREW CAB
1FT7W2A69CED18119
1650
06.14785
12
FORD .75 TON CREW CAB
1FT7W2A67CED18121
1650
06.15338
13
FORD .75 TON CREW CAB
1FT7W2A62DEB37901
1650
06.15340
13
FORD .75 TON CREW CAB
1FT7W2A60DEB37900
1650
06.15342
13
FORD .75 TON CREW CAB
1FT7W2A64DEB37902
1650
06.19894
14
FORD .5 TON PICKUP
1FTFX1CF5EKE58009
1650
06.19895
15
FORD 1 TON CREW PICKUP
1FT8W3A6XFEA58697
1650
06.19896
15
FORD 1 TON CREW PICKUP
1FT8W3A68FEA58696
1650
06.19897
15
FORD 1 TON CREW PICKUP
1FT8W3A66FEA58695
1650
06.19972
15
FORD 1 TON CREW PICKUP
1FT8W3A61FEA58698
1650
06.19984
14
FORD .5 TON PICKUP
1FTFXlCFlEKE58010
Intermountain Slurry Seal Master Equipment list
Appendix E1
RCC
Equip No
Year
Description
Serial Number
1650
06.19985
14
FORD .5 TON PICKUP
1FTFX1CF3EKE58011
1650
06.20585
15
FORD .75 TON PICKUP
1FT7X2A61FEB12018
1650
06.21609
14
FORD F150 SUPERCAB 4X4
1FTFXlEFXEKG11481
1650
06.21610
14
FORD F150 SUPERCAB 4X4
1FTFX1EF8EKE66571
1650
06.23355
15
FORD .75 TON PICKUP
1FT7X2AT9GEA22977
1650
06.25172
14
FORD .5 TON CREW 4X4
1FTFWlEFXEKF78257
1650
06.29525
17
FORD F150 CREW CAB
1FTEW1CP4HKD47592
1650
06.30199
17
FORD F150 CREW CAB
1FTEW1CP6HKD95692
1650
06.33344
18
FORD F250 CREW CAB
1FT7W2AT6JEC46146
1650
06.33695
18
FORD F150 CREW CAB 4X4
1FTEW1EP2JKE40839
1650
06.35914
19
FORD F150 CREW 4X4
1FTEW1EP5KKC42161
1650
06.35915
19
FORD F250 CREW
1FT7W2AT7KED39264
1650
06.35916
19
FORD F250 CREW
1FT7W2AT9KED39265
1650
06.35917
19
FORD F250 CREW
1FT7W2ATOKED39266
1650
06.35918
19
FORD F250 CREW
1FT7W2AT2KED39267
1650
06.35919
19
FORD F250 CREW
1FT7W2AT4KED39268
1650
06.826
08
FORD .75 TON CREW CAB
1FTSW20518EC31809
1650
06.8695
08
FORD .5 TON PICKUP
1FTRX12W58FB11274
1650
08.1055
03
CAT 938G WHEEL LDR
CRD00360
1650
08.10855
10
SUPERIOR DT80J
81117800
1650
08.10856
10
SUPERIOR DT80J
81118000
1650
08.1203
06
SUPERIOR ST-80E BROOM
806374
1650
08.1234
06
BOBCAT 5250 SKIDSTEER LOADER
530912673
1650
08.1281
HYSTER H80XM FORKLIFT
K005D05779Y
1650
10.26205
16
CAT CW14 COMPACTOR
LTJ00416
1650
10.29317
17
CAT CW16 COMPACTOR RPO
TL500206
1650
10.561
07
CAT PS150C PNEUMATIC 9 WHEEL
FPS00622
1650
11.2186
KONECRANE 3 TON SHOP CRANE
CXT3410030P2M5FALOF
1650
16.1199
01
BERGKAMP SLURRY MACHINE
01-0084
1650
16.1498
08
BERGKAMP M1 MICRO PAVER
08-0050
1650
16.15161
13
BERGKAMP M1-E CONTINUOUS PAVER
OOOM1E-13A-0107
1650
16.15300
13
BERGKAMP M210
1313-0107
1650
16.1721
08
BEARCAT BK-250D CRACK SEALER
2020708
1650
16.1723
08
BERGKAMP SR10 SLURRY SEAL
08-0028
1650
16.20016
14
BEARCAT TANDEM CHIP SPREADER
011714-20
1650
16.3071
99
BERGKAMP SLURRY MACHINE
990004
1650
16.32375
17
BERGKAMP MI-E CONTINUOUS PAVER
MIE-CA0009-17
1650
16.39605
19
ETNYRE BIG4X4CHIPSPREADER
K7303
1650
22.3451
79
UTILITY PARTS VAN
7T92565001
1650
66.6001
14
COMMERCIAL TRAILER
5PDBU122XER011967
1650
66.6002
14
COMMERCIAL TRAILER
5PDBU1225ER012069
1650
66.6003
13
COMMERCIAL TRAILER
16VUX1226D2E84789
1650
66.6007
12
Cargo Box Trailer
4D6EB1224CC031333
1650
66.6045
00
PRESSURE WASHER
1H9CSS160Y1120305
1650
66.6056
08
COMMERCIAL TRAILER
1A9BU112185682229
1650
66.6059
Cement Auger
1650
66.6060
09
COMMERCIAL TRAILER
1A9BU112195682234
1650
66.6065
11
COMMERCIAL TRAILER
1A9BU112415682239
1650
66.6068
Cement Auger
1650
90.004
03
RAWSON 74830 SCREENING PLANT
47603
1650
90.14561
13
RAWSON 74830 SCREENING PLANT
411213
1650
90.15287
13
RAWSON 74830 SCREEN
210912
1650
90.182
08
RAWSON 74830 SCREENING PLANT
69708
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 X
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 X NO See Appendix C1 Attached
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.
QUESTION THREE
Has the offeror, or the firm, 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 X
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 company's Experience Modification Rate and supporting information:
.58
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.
Signature Nate Niemann
Project Manager
Title
Granite Construction Company
Environmental Violations
General: In additional to the issue specific steps taken to prevent reoccurrence of regulatory issue, Granite has instituted programmatic measures to achieve consistent and reliable compliance across all business units. Granite has
implemented an Environmental Management System (EMS) that conforms to ISO 14001. The process of writing and implementing the EMS began is 2006. In 2008 the EMS was updated to conform to ISO 14001. Initially the scope of the EMS was
focused on fixed construction materials facilities such as quarries, sand and gravel plants and asphalt plant. In 2009 it was updated again to incorporate construction operations. In 2009 Granite also upgraded it's permit and compliance
database to a more comprehensive web based solution. Granite is committed to continual improvement. The Environmental Management System is regularly reviewed for effectiveness and Granite's environmental performance is reviewed by
management. Updates to procedures are made at a minimum annually.
Environmental citations are reported to the corporate environmental department within 24 hours of receipt. The report includes corrective actions taken. Follow-up information is submitted with a root cause analysis and actions to be taken
to prevent a reoccurrence. An incident review is conducted and if appropriate disciplinary action taken.
O=Other
Date Violation Issued
Date of Incident
Company
Region
Location
Type
Agency
Description
Fine/Penalty
Corrective Actions Taken
P=Plant
C=Const
8/22/2021
7/29/2021
ISs
Intermountain
Richland,
NOV
City of Richland
Porhibited discharge of sulrry seal
$652
Develop a protocol and quality assurance
C
Slurry Seat
Washington
Washington
into storm drain
plan for the operator at the end of the
Microsurfacing
season. Provide extra instances of training
on material handling and application.
Page Intentionally Left Blank
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
Nate Niemann _ 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.
Intermountain Slurry Seal, Inc.
Firm
Nate Niemann
Name
Signature
Project Manager
Title
Subscribed an sworn to before me this day of 02� acsa
6�� 4�_ �.
Notary Public
My Commission Expires:
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION
Page Intentionally Left Blank
Company Name
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
PROPOSED LIST OF SUB -CONTRACTORS
Location Services Provided
Minority Owned
Yes
No
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Intermountain Slurry Seal, 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
FINAL LIST OF SUB -CONTRACTORS
1.
Company Name
TRP Construction Group
2.
C&S Sweeping
3.
Wright Away Tree Service
4.
Sweep Across Texas
5.
Kimrad Transport
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Minority Owned
Location
Services Provided
Yes
No
Lubbock, TX
Pavement Markings
❑
KI
Phoenix, AZ
Post Sweeping
❑
Amarillo, TX
Tree Trimming
❑
Austin, TX
Pre -Sweeping
❑
Lubbock, TX
Hauling
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
SUBMITTED BY:
Intermountain Slurry Seal, Inc.
(PRINT NAME OF COMPANY)
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
PERFORMANCE BOND
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
Contract 17054
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 7" day of March, 2023 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 Intermountain Slurry Seal, Inc. of the City of Salt Lake City, County of Salt
Lake and the State of Utah 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 23-17054-TF Micro -Surfacing
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. Intermountain Slurry Seal, Inc.'s proposal dated January 25, 2023,
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 L ' EXAS (OWNER):
Intermountain Slurry Seal, Inc. By:
Tra e, h yor
By: ATTEST:
PRINTED NAe
R. Price
TITLE: President
Courtney Paz, Inter ity ecretary
COMPLETE ADDRESS: APPR ED AS CONTI NT:
Intermountain Slurry Seal, Inc. +�
1000 North `Harm Springs Road Public Works Representative
Salt Lake City, UT 84116 6,10
ATTEST: Name (Printed) Date
APPROVED S TO FORM:
Corporate Secretary R
Kelsie M. Goodwin, VP & Assistant Secretary
elli Leisure, Senior Assistant City Attorney
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
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 Intermountain Slurry Seal, 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 Shane Childers, Senior Project Manager, 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.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment,
tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities
necessary for the execution and completion of the work covered by the contract documents. Unless otherwise
specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have well known, technical or trade meaning shall be held to refer such recognized
standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
s��w�•��1��
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished 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 from its obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice
thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such
work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the accompanying
bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid according
to the quantity actually done and at the unit price established for such work under this contract; otherwise such
additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or
alterations as shall make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required
by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or
addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's
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: (can be combined with an Excess Liability to meet requirement). 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: NOT APPLICABLE
Automobile Liability Requirements: $ 1 M/occurrence is needed Builder's Risk Requirements: NOT APPLICABLE
Workers Compensation Requirements: Statutory. Employer Liability ($1M) 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 non-payment.
* 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.
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:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current coverage
and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other commission
rules. This notice must be printed with a title in at least 30-point bold type and text in at
least 19-point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following text
provided by the commission on the sample notice, without any additional words or
changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000
(www tdi.state.Mus) 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 $ 1,204.28 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 $ 1,204.28 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 31st
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 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts,
certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his
Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance
due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when
the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then
all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the
Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner
to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the
Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such
sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private
sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools,
materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if
applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph
shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies
hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law,
equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
6111-183 MDRI
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://ci.lubbock.tx.us/departments/purchasing/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
12/29/22, 1:55 PM SAM.gov
"General Decision Number: TX2O22OOO2 02/25/2022
Superseded General Decision Number: TX2O21OOO2
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
lafter January 30, 2022:
JIf the contract was awarded on
for between January 1, 2015 and
January 29, 2022, and the
contract is not renewed or
lextended on or after January
130, 2022:
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 alli
covered workers at least
$11.25 per hour (or the
applicable wage rate listed)
on this wage determination,
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
https://sam.gov/wage-determination/TX20220002/1 1 /5
12/29/22, 1:55 PM
1 02/25/2022
SAM.gov
* SUTX2O11-002 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.
https://sam.gov/wage-determination/TX20220002/1 2/5
12/29/22, 1:55 PM
SAM.gov
** 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 (EO) 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 EO, 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:
PLUMO198-005 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
https://sam.gov/wage-determination/TX20220002/1 3/5
12/29/22, 1:55 PM
SAM.gov
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: SULA2O12-007 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
https://sam.gov/wage-determination/TX20220002/1 4/5
12/29/22, 1:55 PM
SAM.gov
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"
https://sam.gov/wage-determination/TX20220002/1 5/5
Page Intentionally Left Blank
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
SPECIAL CONDITIONS
1. TIME AND ORDER FOR COMPLETION
The micro -surfacing process covered by the contract documents shall be fully completed within 100 (ONE
HUNDRED) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
A. The Micro -Surfacing, with locations and materials as designated by the City's representative, shall not begin before
March 1, 2023 and shall be completed no later than June 12, 2023. The Contractor may begin as soon as they receive
the Notice to Proceed, and proceed until all designated locations are completed.
B. The repairs shall be completed in 100 consecutive calendar days. The Contractor shall pay to the owner $1,204.28
per day for each calendar day after that until completion as liquidated damages. No credit will be given for bad
weather days or other delays. In the event it is determined by the City that the progress of the work is not satisfactory,
the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project
within the time specified.
2. CHANGES IN THE WORK
The Street Department may make changes in the scope of the work required to be performed by the Contractor under
the Contract or making additions thereto, or by omitting work there from, without involving the Contract, and without
relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him
pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or
releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract
unless it is expressly provided otherwise
Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the
Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the
improvements or supply additional labor, services or materials beyond that actually required for the execution of the
contract, unless in pursuance of a written order from the local Public Agency authorizing the Contractor to proceed
with the change. No claim for an adjustment of the contract price will be valid unless so ordered.
If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired changes
in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit
prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not
increase or decrease the original total amount shown in the Agreement by more than twenty-five (25%) percent.
3. SUPERINTENDENCE
The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such
operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of
individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress
thereof. The Contractor's Superintendent will be responsible for establishing grade control on concrete removal and
replacement.
4. PROSECUTION OF WORK
The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient flagmen,
as approved by the Street Superintendent, to give notice to vehicular traffic. During the construction the Contractor is
to close to traffic streets, as approved by the Street Superintendent.
At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours
of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or alleys shall
remain closed not more than 4 days including 72 hours for curing.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such barricades
and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and pedestrian traffic of
any and all obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a
passable condition. During the time the concrete is curing in the alleys and until it can be opened to traffic, the
Contractor shall maintain warning signs on barricades with lights at each end of the block until the alley can be opened
to traffic.
The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -orange flags
at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be visible to all
traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each property owner that has
a car or cars parked in their driveways or garages so that each owner might have the opportunity to move their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order that
businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the City's
Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the driveways into
their parking lots will be closed. At no time will any parking lot be completely closed, without prior approval from the
Owner's Representative, unless the work is being accomplished at night and the businesses are closed. The Contractor
shall be responsible for notifying affected businesses of the proposed work and the projected schedule for completion
of this work.
Immediately after each re -construction the Contractor shall clean, remove any paving materials from gutters, rubbish
and temporary structures from the street, restore in an acceptable manner all property, both public and private which
has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable
condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work
involved, and no direct compensation will be made for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for
Streets and Highways. Part VI.
5. BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning
and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such
type devices for handling traffic control as indicated in the plans or as directed by the Street Superintendent. All
barricades, warning signs, barriers, cones, lights, signals and other such type devices shall conform to details shown on
the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices.
The Contractor may provide special signs not covered by plans to protect the traveling public against special
conditions or hazards, provided however, that such signs are first approved by the Street Superintendent.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices
and evident thereof shall be removed by the Contractor.
6. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in
accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable condition,
such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and
crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor
at his entire expense.
7. PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street
Superintendent.
The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic.
The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of work,
and methods of providing for the safe passage of traffic before it is placed into operation. If at any time during
construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting
the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the
unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere
with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points and for such periods
of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and
as directed by the Street Superintendent. Flaggers shall be English speaking, courteous, well informed, physically and
mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall
be neatly attired and groomed at all times when on duty. When directing traffic, flaggers shall use standard attire, flags
and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for
Streets and Highways.
8. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to
building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Street
Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The
Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing their
equipment.
9. TEST OF MATERIALS
The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of
materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval
given by the Street Superintendent.
A. CONCRETE MATERIALS
Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with test reports
will be submitted to the Street Superintendent for approval. During the construction period, concrete tests that fail
will require the location to be cored at the contractor's expense. If the concrete cores fail, the concrete work will be
removed and replaced at no additional cost to the City of Lubbock.
B. HOT MIX
The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement Management office,
at least thirty (30) days prior to the reconstruction, a mix design it shall include, but not limited to crushed face
counts, Flakiness Index tests, and magnesium sulfate (soundness) tests. The gradation requirements shall be that as
necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements). The crushed face
count, Flakiness Index, and Magnesium Sulfate requirements shall meet those established in City of Lubbock
Standard Paving Specifications, Item number 6.4.
10. SUBCONTRACTOR
The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which
approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed
award to the subcontractor, which statement shall contain such information as the Owner may require.
The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of
persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed
by him.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind
subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as
applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any
subcontract that the Owner may exercise over the Contractor under any provision of the contract documents.
Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and
said subcontractor will look exclusively to contractor for any payments due subcontractor.
11. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on
the plans have been taken from the best available information. There may be other pipelines or installations. The
Contractor shall hold harmless the City from any and all suits or claims resulting from damage by his operations to any
pipeline or underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits of
street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-sack flowable
fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the individual utility
company making the cut to provide their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's option, to
repair the cut with 2-sack flowable fill at the unit price bid.
12. PARTIAL PAYMENT
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said application for partial payment and the progress of the work
made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as
completely as practical the total value of the work done by the Contractor up to and including the last day of the
preceding month.
13. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility
for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any damage to other
work resulting therefrom, which shall appear within a period of one (1) year from date of final acceptance of the
project. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness.
14. LABOR
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor, and
must not pay less than the rate legally prescribed or as set forth herein, whichever is higher.
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the above
prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-1/2) times the regular
governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under
the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th
Legislature shall be paid on the basis of eight (8) hours constituting a day's work.
15. NOTIFICATION OF CITIZENS
All citizens shall be notified by door hangers a minimum of 24 hours and a maximum of 48 hours in advance of the
Micro -Surfacing being placed on their street. The door hangers shall contain the following information on them. The
company doing the work as well as a contact name and number. There shall be an on site contact that is familiar with
the project, and shall be capable of dealing with citizens in a cordial manner. The door hanger shall contain a time
frame in which the work shall take place Example: 8 AM to 7 PM. The door hanger shall lay out exactly what the
citizens should expect, and shall let them know how long access to their home could be affected. Example: During this
time access to your driveway could be limited or blocked for 1 to 2 hours. If your vehicle is in your driveway we can
usually get you out in 20 to 30 minutes. Citizens shall be asked not to park their cars in the street during construction.
The dates on the door hanger can have multiple dates but shall not exceed three working days. If this schedule is not
met then the contractor will be required to hang door knockers again with a more accurate schedule. The door hangers
shall also allude to unexpected equipment problems or unexpected weather problems. The door hangers shall be
submitted to the City of Lubbock Street Superintendent for approval.
16. HOURS OF OPERATION
Operating hours will be Monday through Saturday as outlined in this section of these specifications unless other wise
directed by the Street Superintendent. Hours of operation shall be: Major Thoroughfare's 7pm to lam, Residential
Areas lam to 7pm. Night work will be permitted only on our major thoroughfares and shall conform to the following.
The micro -Surfacing shall be traffic ready by 7 AM, all traffic control devices and barricades shall be removed from
the roadway by 7 A.M.
4
SPECIFICATIONS
Page Intentionally Left Blank
City of Lubbock Engineering
Minimum Design Standards and
Specifications
LubCity of
bock
Tf%Af
Department of Engineering
City of Lubbock, Texas
May 1, 2020
This document contains general standards and specifications for design work on public
infrastructure. At all times these regulations are subject to the direct supervision and
judgment of the City Engineer who may make modifications in their implementation as
may be necessary on a case -by -case basis, acting in the best interest of the public.
Approval of plans shall constitute general conformance with the City of Lubbock
Minimum Design Standards and Specifications Approval of plans shall not relieve the
Engineer of Record or the Developer from the responsibility to comply with local, State,
or Federal requirements, and/or any errors or omissions in plans and specifications
00 City of
ibbock
E X A S
May 4, 2020
Subject: City of Lubbock Public Works Engineering
Minimum Design Standards & Specifications
To whom it may concern:
This letter is to advise of the release of the 2020 annual update to the City of Lubbock Public
Works Engineering Minimum Design Standards and Specifications. Over the past two years
the City of Lubbock Engineering staff has been working with vendors, manufacturers,
engineering firms and the development community to update and improve the 2018 edition.
The Public Works Engineering Department will be reviewing plans and making comments
according to these standards for any proposed infrastructure beginning May 11, 2020.
Therefore, any plans received by this department dated on or after May 11, 2020 will be
reviewed under these newly adopted design and construction standards.
This manual is available in digital format on the City of Lubbock website.
Please feel free to contact me if you have any questions
Sincerely,
za"'ILd "n I LaQ-�
Michael G. Keenum, P.E.
Division Director of Engineering / City Engineer
City of Lubbock
1625 136 Street
Lubbock, Texas 79401
(806) 775-2393
C:\USERS\158869W'PDATA\LOCAL\MICROSOFI\WINDOWS\INETCACHE\CONTENT.OUIZOOKWVIQYOAF\STD SPECS ADOPTION LETTERDOCX
0 City of
ibbock
TEXAS
June l 1, 2020
Subject: City of Lubbock Engineering
Minimum Design Standards & Specifications
To whom it may concern:
This letter is to advise of the release of an amendment to the 2020 City of Lubbock
Engineering Minimum Design Standards and Specifications. This amendment adds American
AVK fire hydrants to the Approved Materials List. This change is effective immediately.
This manual is available in digital format on the City of Lubbock website.
Please feel free to contact me if you have any questions
Sincerely,
Michael G. Keenum, P.E.
Division Director of Engineering / City Engineer
City of Lubbock
1314 Avenue K
Lubbock, Texas 79401
(806) 775-2347
C: USEM127498 APPDATA LOCAL MCROSOF nWINDOWS JNETCACHECONfEM'.OUTLOOKOSO2SJ3DMSTD SPECS AMENDMENT L=P DOCX
No Text
2020 Design Standards and Specifications
Table of Contents
SECTION1......................................................................................................................................... 1
MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION..........................................................1
1.01
General...................................................................................................................................1
1.02
Design Flow.............................................................................................................................1
1.03
Design Pressure.......................................................................................................................
2
1.04
Hydraulic Design......................................................................................................................
2
1.05
Typical Layout..........................................................................................................................2
1.06
Bedding and Cover...................................................................................................................3
1.07
Relation to Sanitary Sewer Mains and Appurtenances..................................................................3
1.08
Pipe Size and Spacing...............................................................................................................6
1.09
Pipe Materials..........................................................................................................................
6
1.10
Methods of Connection.............................................................................................................
6
1.11
Flanged Outlets........................................................................................................................7
1.12
Valve Spacing..........................................................................................................................
7
1.13
Fire Protection Requirements....................................................................................................7
1.14
Easements...............................................................................................................................8
1.15
Soil Analysis.............................................................................................................................9
1.16
Pipe Restraints and Reaction Blocking........................................................................................9
1.17
Tunneling, Jacking and Boring...................................................................................................9
1.18
Dead-end Mains.....................................................................................................................
10
1.19
Abandonment of Water Mains.................................................................................................
10
SECTION2.......................................................................................................................................11
CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS .................................................
11
2.01
Plan Submittal Requirements...................................................................................................
11
2.02
Plan Details...........................................................................................................................
13
SECTION3.......................................................................................................................................17
MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS..............................................................
17
3.01
General.................................................................................................................................17
3.02
Design Flow...........................................................................................................................
17
3.03
Hydraulic Design....................................................................................................................
18
3.04
Design Details........................................................................................................................
18
3.05
Typical Layout........................................................................................................................
19
3.06
Bedding and Cover.................................................................................................................
20
3.07
Relation to Water Mains..........................................................................................................
20
3.08
Abandonment of Sewer Mains and Manholes............................................................................
22
3.09
Easements.............................................................................................................................22
3.10
Soil Analysis...........................................................................................................................
22
3.11
Tunneling, Jacking and Boring.................................................................................................
23
3.12
Lift Station.............................................................................................................................
23
SECTION4.......................................................................................................................................
25
CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS.........................................................
25
4.01
Plan Submittal Requirements...................................................................................................
25
4.02
Plan Details...........................................................................................................................
27
SECTION5.......................................................................................................................................
29
STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................
29
5.01
General.................................................................................................................................29
5.02
Plan Requirements.................................................................................................................
29
5.03
Plan Approval.........................................................................................................................
29
5.04
Inspection.............................................................................................................................
29
5.05
Specifications.........................................................................................................................29
5.06
Materials of Construction........................................................................................................
29
5.07
Methods of Construction.........................................................................................................
38
5.08
Pneumatic Testing for Tapping Sleeves....................................................................................
45
5.09
Hydrostatic Pressure Testing...................................................................................................
45
5.10
Sterilization and Bacteriological Testing....................................................................................
46
2020 Design Standards and Specifications
Table of Contents
5.11
Restoration and Clean Up........................................................................................................ 47
5.12
Warranty and Acceptance.......................................................................................................
48
SECTION6.......................................................................................................................................49
STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION ............................... 49
6.01
General.................................................................................................................................49
6.02
Plan Requirements.................................................................................................................
49
6.03
Plan Approval.........................................................................................................................
49
6.04
Inspection.............................................................................................................................
49
6.05
Specifications.........................................................................................................................49
6.06
Materials of Construction........................................................................................................
50
6.07
Methods of Construction.........................................................................................................
54
6.08
Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes. 63
6.09
Lift Station.............................................................................................................................
69
6.10
Restoration and Clean Up........................................................................................................
70
6.11
Warranty and Acceptance.......................................................................................................
71
SECTION7....................................................................................................................................... 73
APPROVED
MATERIALS AND MANUFACTURERS LIST..................................................................... 73
7.01
Introduction...........................................................................................................................
73
7.02
Product Submittal Procedures..................................................................................................
73
7.03
Evaluation Process.................................................................................................................
74
7.04
Approval Process....................................................................................................................
74
7.05
Water System........................................................................................................................
76
7.06
Sanitary Sewer System...........................................................................................................
83
7.07
Water and Sanitary Sewer Systems..........................................................................................
88
SECTION8.......................................................................................................................................91
Standard Specifications for streets and drainage construction...................................................... 91
8.01
General.................................................................................................................................91
8.02
Design Standards...................................................................................................................
92
8.03
Testing and Inspection...........................................................................................................
93
8.04
Notification of Property Owners...............................................................................................
93
8.05
Protection of Utilities and Irrigation Systems.............................................................................
93
8.06
Water for Construction............................................................................................................
94
8.07
Concrete...............................................................................................................................
95
8.08
Subgrade and Base..............................................................................................................
103
8.09
Hot Mix Asphalt Concrete Surface(HMAC)..............................................................................
109
8.10
Micro-Surfacing....................................................................................................................116
8.11
Storm Sewer........................................................................................................................
120
8.12
Fences................................................................................................................................
125
8.13
Salvage of Asphalt Paving.....................................................................................................
126
8.14
Traffic Control......................................................................................................................
126
8.15
Prosecution of the Work and Working Days............................................................................
127
8.16
Measurement and Payment...................................................................................................
128
8.17
Restoration and Clean Up......................................................................................................
131
8.18
Certificate of Completion and Warranty ..................................................................................
131
SECTION9.....................................................................................................................................132
CHECK LIST
FOR STREETS AND DRAINAGE CONSTRUCTION PLANS............................................133
9.01
Plan Submittal Requirements.................................................................................................
133
9.02
Plan Details.........................................................................................................................
136
SECTION10...................................................................................................................................139
TYPICAL DETAILS OF CONSTRUCTION..........................................................................................139
10.01
General Details........................................................................................................................A
10.02
Water Details...........................................................................................................................B
10.03
Sewer Details...........................................................................................................................0
10.04
Street and Drainage Details......................................................................................................
D
2020 Design Standards and Specifications
Water Standards
SECTION 1
MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION
1.01 General
1.01.01 All water distribution system design shall be in accordance with the requirements of TCEQ
Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City
ordinances and the City of Lubbock Minimum Design Standards for Water Distribution.
1.02 Desian Flow
1.02.01 The design of the water distribution system shall be based on the following:
A. Design flow for residential use:
Design Criteria
Design Value
Units
Peak Hourly Demand
1,000
gpcd
Maximum Daily Demand
650
gpcd
Average Daily Demand
240
gpcd
Capita per Household (Single Family)
3.2
persons
Capita per Household(Multi-family)
2.5
persons
i. Domestic water service shall be provided from an alley or easement.
ii. Lines in alleys or easements shall be adequate to provide for a maximum size water
meter of 1-1/2 inches per lot for each 75 feet of frontage.
iii. Property owner may acquire a maximum domestic water tap and meter of 1-1/2 inches
or the equivalent in two meters per lot for each 75 feet of frontage.
iv. Minimum size water tap and meter shall be one inch.
B. Design flow for fire protection:
Proposed Use
Minimum Fire Flow (gpm)
1- and 2-Family Residential
1,000
Other Than 1- and 2-Family Residential
1,500-8,000
i. Fire protection service shall be provided from a street right-of-way or comparable
easement.
ii. Flow may be from more than one fire hydrant, provided the additional hydrants are
accessible to any possible fire location.
iii. Fire protection must comply with Fire Marshall's Office regulations, and in no case be
less than currently adopted International Fire Code requirements.
iv. Additional infrastructure may be required to provide fire protection service when
existing water distribution lines are inadequate.
Section 1 1
2020 Design Standards and Specifications
Water Standards
C. Design flow for development other than residential use shall be based on the following or as
directed by the City Engineer or designee:
Type of Development
Average Daily Demand
(gal/person/day)
Restaurant
18
Without cafeteria or showers
18
School
With cafeteria; no showers
24
With cafeteria and showers
30
Without cafeteria, restrooms or showers
6
Youth
With restrooms; no cafeteria or showers
24
camp
With restrooms and showers; no cafeteria
30
With restrooms, showers and cafeteria
42
Office building
18
Hospital(per bed
720
Institution other than hospital)
240
Factories exclusive of industrialprocesses)
24
Recreational Parks
6
Swimming pools
12
Country clubs
120
Airport(per passenger)
6
Self-service laundry
60
Service station/convenience store
12
i. Peak hourly demand for other than residential flows shall be 2.5 times the average
daily demand.
1.03 Design Pressure
1.03.01 Distribution system shall have a maximum operating pressure of 150 pounds per square
inch (psi) and a minimum operating pressure of 40 psi.
1.03.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a
40 psi residual pressure during peak hourly demand.
1.04 Hydraulic Design
1.04.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second.
1.04.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to
140.
1.05 Typical Layout
1.05.01 Unless approved otherwise by the City Engineer or designee, water distribution mains shall
be located:
A. In north -south alleys or streets, 5 feet west of centerline.
B. In east -west alleys or streets, 5 feet north of centerline.
1.05.02 Water mains to provide service connections shall be located within an alley or easement.
A. Service connections shall not be allowed within street right-of-way without written approval of
the City Engineer or designee.
2 Section 1
2020 Design Standards and Specifications
Water Standards
B. Service lines shall not cross property boundaries into adjacent private property without
coverage by a dedicated easement.
1.05.03 Where a water distribution main crosses a street, the crossing shall be made at as near to
perpendicular as possible.
1.05.04 Valves shall be installed at each junction such that no more than one connecting leg is
unvalved.
A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are
required.
B. At alley intersections with streets, valves shall be located 2 feet from the right of way line
towards the centerline of the street where possible.
C. Where possible, valves in streets should be designed to fall outside of wheel paths.
1.05.05 Water mains shall be designed as looped systems.
1.05.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be
restricted to 80% of manufacturer's recommendation, after which the use of horizontal or
vertical bends will be required.
1.05.07 In all instances water mains shall extend to the extremities of the platted property or the
subdivision served, and further when required to tie into existing mains adjacent to the
development.
1.06 Beddina and Cover
1.06.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of
pipe to finished ground surface.
1.06.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or
low points.
1.06.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for
Water Main Construction but in all cases shall be not less than manufacturer
recommendations.
1.07 Relation to Sanitary Sewer Mains and Appurtenances
1.07.01 No physical connection shall be made between a drinking water supply and a sewer line.
A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage
entering the drinking water system.
1.07.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from
existing or proposed sanitary sewer lines or appurtenances.
A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply:
i. New waterline installation —parallel lines:
a. Where a new potable waterline parallels an existing, non -pressure or pressure rated
sanitary sewer main and the Design Engineer is able to determine that the existing
sanitary sewer main is not leaking:
Section 1 3
2020 Design Standards and Specifications
Water Standards
(1) The new potable waterline shall be located a minimum of 2 feet above and a
minimum of 4 feet horizontally between outside diameters from the existing
sanitary sewer main.
(2) Every effort shall be exerted not to disturb the bedding and backfill of the
existing sanitary sewer main.
b. Where a new potable waterline parallels an existing, non -pressure or pressure rated
sanitary sewer main and it cannot be determined by the Design Engineer if the
existing line is leaking:
(1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure
rated pipe.
(2) The new potable waterline shall be located a minimum of 2 feet above and a
minimum of 4 feet horizontally between outside diameters from the existing
sanitary sewer main.
c. Where a new potable waterline parallels a new sanitary sewer main:
(1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated
pipe.
(2) The new potable waterline shall be located a minimum of 2 feet above and a
minimum of 4 feet horizontally between outside diameters from the existing
sanitary sewer main.
ii. New waterline installation —crossing lines:
a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary
sewer main:
(1) A minimum 2 foot separation distance between outside diameters shall be
maintained.
(2) One segment of the waterline pipe shall be centered over the sanitary sewer
main such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the centerline of the sanitary sewer main.
(3) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(4) Every effort shall be exerted not to disturb the bedding and backfill of the
existing sanitary sewer main.
(5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall
be replaced for at least 9 feet in both directions (18 feet total) with at least 150
psi pressure rated pipe.
b. Where a new potable waterline crosses over an existing, pressure rated sanitary
sewer main:
(1) An absolute minimum separation distance of 6 inches between outside diameters
shall be maintained.
(2) One segment of the waterline pipe shall be centered over the sanitary sewer
main such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the centerline of the sanitary sewer main.
(3) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(4) Every effort shall be exerted not to disturb the bedding and backfill of the
existing sanitary sewer main.
(5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall
be replaced for at least 9 feet in both directions (18 feet total) with at least 150
psi pressure rated pipe.
4 Section 1
2020 Design Standards and Specifications
Water Standards
c. Where a new potable waterline crosses over a new, non -pressure rated sanitary
sewer main:
(1) A minimum 2 foot separation distance between outside diameters shall be
maintained.
(2) One segment of the waterline pipe shall be centered over the sanitary sewer
main such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the centerline of the sanitary sewer main.
(3) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(4) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer
main:
(1) An absolute minimum separation distance of 6 inches between outside diameters
shall be maintained.
(2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated
pipe.
(3) One segment of the waterline pipe shall be centered over the sanitary sewer line
such that the joints of the waterline pipe are equidistant and at least 9 feet
horizontally from the center line of the sanitary sewer main.
(4) Whenever possible, the crossing shall be centered between the joints of the
sanitary sewer main.
(5) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
e. When a new potable waterline crosses under a sanitary sewer main:
(1) An absolute minimum separation distance of 1 foot between outside diameters
shall be maintained.
(2) The waterline shall be encased in an 18-foot or longer section of pipe or be
constructed of ductile iron or steel pipe with mechanical or welded joints as
appropriate.
(3) The encasing pipe shall be centered on the sewer line and shall be at least 2
nominal pipe diameters larger than the water line.
(4) The carrier pipe shall be supported at 5-foot or less intervals with spacers.
(5) Each end of the casing shall be sealed with watertight non -shrink cement grout
or a manufactured watertight seal.
(6) Both the waterline and sanitary sewer main must pass a pressure and leakage
test as specified in AWWA C600.
iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main
embedment is recommended for identification during future construction.
iv. In all cases, suitable backfill or other structural protection shall be provided to preclude
settling and/or failure of the higher pipe.
Section 1 5
2020 Design Standards and Specifications
Water Standards
B. Location of fire hydrants
i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary
sewer main, manhole or service line regardless of construction.
C. Location of potable or raw water supply or suction lines
i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary
sewer service lines.
ii. Raw water supply lines shall not be installed within 5 feet of any tile or concrete
sanitary sewer main or sanitary sewer service line.
D. Proximity of septic tank drain fields
i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields.
1.07.03 Water and sewer lines shall be installed in separate trenches.
1.07.04 For other instances not covered in these design standards, consult current TCEQ
regulations.
1.08 Pine Size and
1.08.01 Distribution mains shall be located and sized in accordance with the current City of
Lubbock Water System Master Plan and current TCEQ rules:
Water Line Size
Spacing
16-inch or larger
Section Line mile
10- or 12-inch
Half -Section Line 1/2 mile
6- or 8-inch
Eighth -Section Line (660 feet)
1.08.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch.
Pipe sizes not listed here are considered non-standard and shall not be used in the City of
Lubbock water distribution system, unless approved by the City Engineer or designee.
1.09 Pipe Materials
1.09.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile
Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete
Bar -wrapped Steel Cylinder Pressure Pipe.
1.09.02 See City of Lubbock Standard Specifications for Water Main Construction for details on
materials and methods of construction.
1.10 Methods of Connection
1.10.01 Tapping Sleeves
A. Tapping sleeves with tapping valves shall be used whenever possible for connections to
existing mains in order to avoid interruption of water service.
B. Maximum tap size shall be no larger than one standard size smaller than the main to be
tapped.
C. Size -on -size taps shall not be allowed without prior approval by the City Engineer or designee.
D. Using a tapping sleeve of one standard size smaller than the main to be tapped and
immediately increasing the pipe to a larger size shall not be allowed without prior approval by
the City Engineer or designee.
6 Section 1
2020 Design Standards and Specifications
Water Standards
1.10.02 Cut -in Tees
A. When it is necessary for a size -on -size connection and interruption of water service is not an
issue, a cut -in tee with valve shall be used.
B. Cut -in tees shall not be used without prior approval by the City Engineer or designee.
1.10.03 Service Connections
A. Taps shall be provided in water main lines for service connections at each lot or building site.
B. Service connections shall ordinarily be located 5.0 feet north or west of the centerline of the
lot.
C. Service lines shall not cross property boundaries into adjacent private property without
coverage by a dedicated easement.
D. Typical sizes of service connections are 1 inch, 1 1/2 inch, or 2 inch diameter for residential,
commercial, or industrial service. Service taps 3 inches or larger are available for commercial
and industrial only.
E. Maximum size service connection shall be no larger than one standard size smaller than the
main to be tapped.
F. Size -on -size service connections are not allowed.
1.11 Flanaed Outlets
1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged.
1.12 Valve Spacing
1.12.01 Valves shall be provided in the distribution system so that no single accident, break or
repair will necessitate shutting down a length of pipe greater than 600 feet.
A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross
or other junction.
B. Valves shall be installed at each junction such that no more than one connecting leg is
unvalved.
1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial
feeder main traverses undeveloped land or is not intersected by other distribution mains.
1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half
mile intervals unless intersected by arterial mains or other distribution mains, or it is
determined that more valves are required.
1.13 Fire Protection Requirements
1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less
than currently adopted International Fire Code requirements.
A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay -
of -hose length.
IL. 13.02 In all cases, the following criteria shall be adhered to:
A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150
feet in length. The entire length of the lead shall be mechanically restrained.
Section 1 7
2020 Design Standards and Specifications
Water Standards
B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or
tapping valve of at least equal size to the fire protection line.
C. A fire hydrant is required within 200 feet of a Fire Department Connection.
D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm
and tested to Fire Marshall's Office requirements.
E. Fire hydrants shall be located at intersections wherever possible.
i. Consult Section C-104 of the International Fire Code for requirements on hydrants that
may obstruct access during fire fighting operations.
F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting
street.
i. Additional fire hydrants may be required based on length of cul-de-sac.
ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided.
G. On divided highways hydrants shall be placed on each side of the highway wherever possible.
H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street.
I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is
18 inches above the ground.
J. Fire hydrants shall be placed so that they are readily visible from the street and shall be no
closer than 2 feet nor further than 5 feet from back of curb.
K. A reflective, blue, raised pavement marker shall be placed at the center of the required access
way or street for any new fire hydrant installation, in line with the 4-inch nozzle.
L. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within
a 5 foot radius in all directions of a hydrant or fire department connection.
M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be
provided.
i. No obstructions shall exist within a 3-foot working area of each fire hydrant.
ii. Crash posts shall be 4-inch, cement -filled pipe with a minimum of 3 feet above finished
grade and 2 feet of pipe anchored in concrete below grade.
N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any
construction site.
0. Streets and fire access roadways shall be able to support fire apparatus in wet weather before
framing is started or combustibles are stored on any construction site.
P. Fire hydrant shall be installed with flange 0.2 to 0.4 foot above finished grade so that the bury
line will be between finished grade and 0.2 foot above finished grade.
Q. No size -on -size taps for fire suppression shall be allowed.
1.14 Easements
1.14.01 When it is determined not to be feasible to construct a public water distribution main in a
street or alley, the installation may be made in a dedicated easement or right-of-way.
1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is
10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if
depth of water distribution main is greater than 10 feet.
1.14.03 Easements will not be allowed between residential lots unless they are in combination with
a drainage easement or with prior approval from the City Engineer or designee.
8 Section 1
2020 Design Standards and Specifications
Water Standards
1.14.04 When a fire hydrant is to be installed on private property, an easement shall be dedicated
which provides a minimum of 5 feet clearance in all directions from the center of the fire
hydrant.
1.15 Soil Ana
1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types
and characteristics of the soils to be encountered, water table elevations along the
proposed water distribution main, recommended methods of dewatering for water
distribution main construction, and the recommended methods of backfilling and
compacting to be used.
1.16 Pipe Restraints and Reaction Blocking
1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design
Engineer for the project based on the allowable soil pressure and the anticipated working
pressure plus water hammer of the line.
1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc.
1.17 Tunneling, Jacking and Bori
1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive
conditions when open cut construction is not allowed.
A. Only straight pipe alignments for both horizontal and vertical alignment are allowed.
B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee.
C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe.
D. Casing pipe thickness shall be:
Casing Diameter
Minimum Casing Thickness
<24 inches
3/8 inch
>_24 inches
1/2 inch
E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as
recommended by the manufacturer.
Only purpose-built centralizers may be used.
F. Coal tar coating for casing pipe shall conform to AWWA C203.
G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used.
H. All bores must comply with City Utility Excavation Manual.
1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by -
case basis by the City Engineer or designee. All slick bores shall be restrained or encased.
1.17.03 No annular space shall remain between casing, or uncased pipe, and bored hole.
1.17.04 Unbraced, uncased bore holes shall be left open no more than 24 hours.
Section 1 9
2020 Design Standards and Specifications
Water Standards
1.18 Dead-end Mains
1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped
connection.
1.18.02 Dead-end mains shall not be allowed unless approved by the City Engineer or designee.
1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be
designed so that:
A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or
B. A temporary looped connection is installed.
1.19 Abandonment of Water Mains
1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new
water mains may be in service simultaneously, thereby providing a means for transferring
customer's service from the old main to the new main with minimal interruption.
1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main
prior to the new main's placement into service, provisions for a temporary water main with
services must be addressed.
1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as
possible to the main that remains in service.
1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be
removed and delivered to the City of Lubbock Water Utilities Department.
10 Section 1
2020 Design Standards and Specifications
Water Check List
SECTION 2
CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS
2.01 Plan Submittal Requirements
2.01.01 All water main construction plans shall be checked for conformance with City of Lubbock
Minimum Design Standards for Water Distribution prior to submittal to the Engineering
Department. Approval of plans is for general conformance with the City of Lubbock
Minimum Design Standards and Specifications. Approval of plans shall not relieve the
Engineer or Developer from any City, State or other governing requirements nor for errors
or omissions in plans and specifications.
2.01.02 Plan Review
A. The Design Engineer shall submit water main construction plans to the City Engineer or
designee for review and comment. The Design Engineer shall use the City of Lubbock
Customer Self Service (CSS) website to submit plans.
http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home
B. Please call 806-775-2347 if you have any questions regarding the CCS submission process.
C. Upon completion of review and receipt of payment for appropriate Plan Review fees,
comments shall be returned to the Design Engineer on the CSS website.
i. Plans requiring resubmittal for substantial changes as determined by City Engineer or
Designee may require payment of an additional Plan Review fee.
D. After comments have been addressed and changes have been made the Design Engineer will
submit the revised plan using CSS website.
i. If comments have not been addressed on plans submitted for final approval for
construction the plans will be rejected.
ii. Plans will not be approved unless testing and inspection fees have been paid.
iii. If the design engineer does not submit plans for approval within 6 months of
comments being issued or if fees are not paid within 6 months then the review will be
terminated and the design engineer will have to start the plan review process over.
E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for
Construction" through the CSS web site.
i. The design Engineer will be required to submit two half size copies of the approved for
construction stamped plans.
F. Final construction plans should not be submitted for Engineering Department approval for
work that will not be installed within 6 months of the approval date.
i. Delays between approval date and construction may require resubmittal of the plans
for review under current standards.
2.01.03 Pro Rata Estimate and Fees
A. The Pro Rata Cost Estimates shall be submitted for review at the time of plan review
submittal.
B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall
be submitted at the time of plan review submittal.
Section 2 11
2020 Design Standards and Specifications
Water Check List
C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum
$125) shall be submitted prior to construction.
D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be
submitted and resulting differences in fee amounts settled.
2.01.04 Checklist
A. A copy of the completed "City of Lubbock Municipal Water and Sewer Submittal Checklist"
shall be submitted at the time of plan review submittal. The checklist can be found in the
Appendix.
2.01.05 Construction Plans
A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly
marked "Approved for Construction" with the signature of reviewer and date approved by the
Engineering Department.
B. Should circumstances during construction warrant changes from the approved plans or
specifications, a written approval must be obtained from the Engineering Department.
i. Copies of the written approval shall be attached to the construction plans and
maintained on the job site.
2.01.06 Record Drawings
A. The Design Engineer shall be responsible for recording constructed dimensions and
information on a set of Record Drawings during the progress of construction.
i. The City of Lubbock Engineering Department shall monitor this process to assure that
changes in construction are kept up to date on the Record Drawings.
B. Digital PDF "Record Drawings" certified by the Design Engineer shall be submitted to the
Engineering Department on the CSS website within 30 days of completion of the construction.
i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends
and tees or other changes in main pipe direction, material or size.
a. GPS Coordinates or property ties are acceptable.
C. Where the construction is phased and a lapse of more than 60 days occurs between phases,
then Record Drawings shall be submitted to the Engineering Department reflecting the
completed construction prior to issuance of the Certificate of Acceptance of Utility
Construction.
D. Items required to be submitted with Record Drawings:
i. Letter of Transmittal
ii. Record Drawing
iii. Updated Pro Rata Cost Estimate
iv. Certificate of Completion (Provided to Contractor from City Inspector)
v. Developer's Warranty Statement (See Appendix)
vi. Adjacent Mains Refund Contract (see Apendix)
2.01.07 Acceptance
A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings,
the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of
Acceptance of Utility Construction.
i. Water distribution system improvements shall not be put online or brought into service
without written approval by the Engineering Department.
12 Section 2
2020 Design Standards and Specifications
Water Check List
ii. A newly constructed system will not be accepted until the supplying, adjacent system
has been accepted.
iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record
Drawings are provided to the Engineering Department.
iv. When all paperwork has been completed and provided to the City with a written
notification, utilities will be accepted within 30 days if there is no exception by the City.
B. Building Permits for residential developments and Certificates of Occupancy for commercial
facilities to be serviced by a newly constructed water system will not be released by the
Engineering Department until said system has been brought into service.
2.02 Plan Details
2.02.01 Plan Format
A. Standard drawing size shall be 22-inch by 34-inch.
2.02.02 The following information shall be shown on the plans:
A. General
i. Title Block (lower right hand corner preferred)
ii. Scale
iii. Original Date and Revision Dates
iv. Name of Professional Engineer
v. Professional Engineer's Seal
vi. Firm Name and Contact Information
vii. City of Lubbock Engineering Department Contact Information:
a. Development Services Engineering: (806) 775-2347
b. Senior Inspector: (806) 548-4152
viii. Drawings Number(s)
ix. Legal Description of Property Being Improved
x. Location Map or Plat (if available)
A. Statement:
"All work shall be performed in accordance with the current
version of the City of Lubbock Minimum Design Standards and
Specifications."
B. Plan
i. Bench Marks
ii. North Arrow
iii. Property Lines
iv. Street Names and Easements with Width Dimensions
v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.)
vi. Proposed Water Mains (Bold)
a. Stationing
b. Size
c. Length
d. Material and Type of Joints
e. Location Dimensions
f. Fittings
Section 2 13
2020 Design Standards and Specifications
Water Check List
g. Tees
h. Crosses
i. Reducers
j. Bends
k. Plugs
I. Blow -offs
m. Thrust Blocks
n. Valves
o. Fire Hydrants
vii. Existing Utility Lines (Gray) with Location and Depth According to the Following
Standard:
WWw WATER LINE
s s
s
SANITARY SEWER LINE
G G
G
GAS LINE
FOc
FIBER OPTIC CABLE
FOc
CATV
CATV
CABLE TELEVISION
SWSw-
STORM WATER LINE
UGE
UGE
UNDER GROUND ELECTRIC
OHE
OHE
OVER HEAD ELECTRIC
UGT
UGT
UNDER GROUND TELEPHONE
OHT
OVER HEAD TELEPHONE
OHT
Ts
TS
TRAFFIC SIGNAL LINE
14 Section 2
2020 Design Standards and Specifications
Water Check List
C. Profile (required for water lines greater than 12-inch diameter)
i. Ground Surface - Existing (Dotted) and Proposed (Solid)
ii. Station Numbers
iii. Existing and Proposed Utilities Where Crossed
iv. Proposed Water Main Control Elevation and Grades
D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special
Valves and Vaults, Tanks, Etc.
E. Detail Sheet - As Required
i. Standard Bedding Detail
ii. Thrust Block and Joint Restraint Tables
iii. Fire Hydrant Detail
iv. Tapping Details
v. Air Valve Detail
vi. Blow -off Detail
vii. Crossing Detail
F. Overall Layout Sheet - If Required
i. Scale 1 "=100'
ii. Lot Lines
iii. Streets and Street Names
iv. Water Line Sizes and Material
v. Valves
vi. Fire Hydrants
vii. Connections to Existing System
Section 2 15
2020 Design Standards and Specifications
Water Check List
16 Section 2
2020 Design Standards and Specifications
Sewer Standards
SECTION 3
MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS
3.01 General
3.01.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ
Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City
ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers.
3.02 Desian Flow
3.02.01 The design of the sanitary sewer system shall be based on the following:
A. For sewers in new developments sewer main lines and lift stations shall be designed for the
estimated future population to be served plus adequate allowance for future institutional and
commercial flows.
Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the
following:
Design Criteria
Design Value
Units
Average Daily Flow
100
gpcd
Peak Factor, 2-hour flow <0.5 MGD
5
-
Peak Factor, 2-hour flow >0.5 MGD
4
Capita per Household (Single Family)
3.2
persons
Capita per Household(Multi-family)
2.5
persons
C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and
70 percent of total land area developed as residential, unless detailed analysis of the area to
be served indicates differently.
D. Design flow for development other than residential use shall be based on the following or as
directed by the City Engineer or designee:
Type of Development
Design Criteria
Daily Flow - gpcd
Trailer Park — transient
2.5persons/trailer
50
Mobile Home Park
3persons/trailer
75
School with cafeteria
With showers
20
Without showers
15
Recreational Parks
Day Use
5
Overnight Use
30
Commercial/Industrial Building
20
Motel
50
Restaurant
Per meal served
5
Hospital
Per bed
200
Nursing Home
Per bed
100
Section 3 17
2020 Design Standards and Specifications
Sewer Standards
3.03 Hvdraulic Desian
3.03.01 The minimum velocity at the design flow rate shall be 2.0 feet per second.
3.03.02 Maximum allowable velocity shall be 10 feet per second.
3.03.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe.
3.03.04 Manhole inverts shall be designed in such a manner that the energy gradient is
consistently falling in the direction of flow.
3.04 Desian Details
3.04.01 Sewer Pipe
A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe
sizes not listed here are considered non-standard and shall not be used in the City of Lubbock
sanitary sewer system, unless approved by the City Engineer or designee.
B. The following City slope standards shall apply to sanitary sewer mains: (refer to TCEQ
guidelines 30 TAC Section 217.53.1.2.A Table C. I.)
Pipe Diameter
Minimum Slope (%)
Maximum Slope (%)
6 inch
0.60 [0.50 TCEQ]
12.35
8 inch
0.40 [0.33 TCEQ]
8.40
10 inch
0.28 [0.25 TCEQ]
6.23
12 inch
0.22 [0.20 TCEQ]
4.88
15 inch
1 0.15 [0.15 TCEQ]
3.62
18 inch
1 0.12 [0.11 TCEQ]
2.83
C. Sewer main lines shall be straight between manholes both in line and grade.
D. All sewer main lines shall terminate in a manhole.
i. Cleanouts on sewer main lines shall not be permitted without written approval of the
City Engineer or designee.
3.04.02 Manholes
A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in
direction, grade, or connection with other sewer main lines.
B. Manhole spacing and depth shall be as follows:
Pipe Diameter
Manhole
Depth
Manhole
Diameter
Max. Spacing
Between Manholes
15 inches or smaller
0-16 Ft.
48 in.
500 Ft.
15 inches or smaller
Over 16 Ft.
60 in.
500 Ft.
Over 15 inches
All depths
60 in.
800 Ft.
C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch
diameter and include a protective coating system per the Approved Materials List.
D. Connections at manholes shall be designed such that the crowns of connecting pipes are
equal elevation if possible.
E. Force mains shall discharge directly into a manhole through a 900 downspout connection.
18 Section 3
2020 Design Standards and Specifications
Sewer Standards
F. Manholes receiving force main discharge shall include a protective coating system per the
Approved Materials List.
G. Minimum elevation difference across manhole inverts shall be as follows:
Deflection Angle Between
Inlet/Outlet
Min. Elevation Difference
Less than 3011
0.10 Ft.
Greater than 300
0.20 Ft.
H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24
inches or more above the manhole invert.
i. Drop connections on new manholes shall be constructed with an exterior or "outside"
drop system on all 48 inch manholes. All "outside" drops shall be flow filled against
undisturbed soil up to the depth of the main.
ii. Drop connections on existing manholes shall be constructed with an interior or "inside"
drop system. "Inside" drops shall be allowed for existing 60 inch manholes only.
I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent
solids deposition.
J. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer
is anticipated.
i. Stub -outs shall extend beyond the edge of existing or proposed paving.
K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations.
3.04.03 Service Connections
A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or
building site.
B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the
lot.
C. Service lines shall not cross property boundaries into adjacent private property without
coverage by a dedicated easement.
D. Minimum size service connections shall be 4 inch diameter.
E. Maximum size service connection shall be no larger than one standard size smaller than the
main to be tapped.
F. Size -on -size service connections are not allowed.
G. Gravity sewer taps shall connect to sewer main lines at or above the spring line.
H. No gravity service lines shall discharge directly into a manhole.
I. Service connections shall not be installed within 5 feet of the outside wall of a manhole.
3.05 Typical Layout
3.05.01 Unless approved otherwise by the City Engineer or designee, sanitary sewer mains shall be
located:
A. In north -south alleys or streets, 5 feet east of the centerline.
B. In east -west alleys or streets, 5 feet south of the centerline.
Section 3 19
2020 Design Standards and Specifications
Sewer Standards
3.05.02 Sanitary sewer mains to provide service connections shall be located within an alley or
easement.
A. Service connections shall not be allowed within street right-of-way without written approval of
the City Engineer or designee.
B. Service connections shall not be deeper than 12 foot without prior written approval from the
City Engineer or designee.
3.05.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to
perpendicular as possible.
3.05.04 Manholes shall be located as to provide access for maintenance crews and equipment.
A. Where possible, manholes in streets should be designed to fall outside of wheel paths.
B. Where possible, manholes in alleys should be designed to fall at the projected intersection of
perpendicular lot lines.
3.05.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property
or the subdivision served.
3.06 Beddina and Cover
3.06.01 Sewer mains shall have a minimum of 4 feet of cover from top of pipe to proposed finished
ground surface unless approved by City Engineer or designee.
A. Where less than 5 feet of elevation difference between the finished lot grade at building line
and the top of the sewer main is provided, the plans shall indicate that the lot is served by a
"shallow sewer" and appropriate elevation information shall be given.
B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the
pipe from impact loading when located in a street or alley.
C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Engineering
Department.
3.06.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for
Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer
recommendations.
3.07 Relation to Water Mains
3.07.01 No physical connection shall be made between a drinking water supply and a sewer line.
A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage
entering the drinking water system.
3.07.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing
or proposed water mains.
A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply:
i. New sanitary sewer installation — parallel lines:
a. Where a new sanitary sewer main parallels a water line:
(1) The sewer shall be constructed of ductile iron or PVC meeting ASTM
specifications with a pressure rating for both the pipe and joints of 150 psi.
(2) The vertical separation shall be a minimum of 2 feet and the horizontal
separation shall be a minimum of 4 feet between outside diameters.
20 Section 3
2020 Design Standards and Specifications
Sewer Standards
(3) The sewer shall be located below the water line.
ii. New sanitary sewer installation — crossing lines:
a. Where a sanitary sewer crosses under a water line and the sewer is constructed of
ductile iron or PVC with a minimum pressure rating of 150 psi:
(1) An absolute minimum separation distance of 6 inches between outside diameters
shall be maintained.
(2) One segment of the sewer pipe shall be centered on the water line such that the
joints of the sewer pipe are equidistant and at least 9 feet horizontally from the
centerline of the water line.
(3) Whenever possible, the crossing shall be centered between the joints of the
waterline.
(4) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
b. Where a sanitary sewer crosses under a water line and the sewer is constructed of
ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe
with gasketed joints (Non -pressure rated pipe):
(1) A minimum 2 foot separation distance between outside diameters shall be
maintained.
(2) One segment of the sewer pipe shall be centered on the water line such that the
joints of the sewer pipe are equidistant and at least 9 feet horizontally from the
centerline of the water line.
(3) Whenever possible, the crossing shall be centered between the joints of the
waterline.
(4) The sanitary sewer main shall be embedded in flowable fill from one quarter of
the diameter of the sanitary sewer main below the centerline of the pipe up to
12 inches above top of pipe for the total length of one pipe segment, minimum 9
feet in each direction from water line, plus 12 inches beyond the joint on each
end.
c. Where a sanitary sewer crosses over a water line:
(1) An absolute minimum separation distance of 1 foot between outside diameters
shall be maintained.
(2) All portions of the sewer within 9 feet of the water line shall be encased in a joint
of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger
than the new conveyance.
(3) The carrier pipe shall be supported at 5-foot or less intervals with spacers.
(4) The encasement pipe should be centered on the crossing and each end sealed
with watertight non -shrink cement grout or a manufactured watertight seal.
(5) Both the waterline and sanitary sewer main must pass a pressure and leakage
test as specified in AWWA C600.
iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main
embedment is recommended for identification during future construction.
iv. In all cases, suitable backfill or other structural protection shall be provided to preclude
settling and/or failure of the higher pipe.
B. Sanitary sewer manhole and clean out separation from water
i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of
outside to outside clearance from an existing or proposed water line.
Section 3 21
2020 Design Standards and Specifications
Sewer Standards
ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as
described in subparagraph (c.) above may be used for the water line.
3.07.03 Water and sewer lines shall be installed in separate trenches.
3.07.04 For other instances not covered in these design standards, consult current TCEQ
regulations.
3.08 Abandonment of Sewer Mains and Manholes
3.08.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing
mains and service connections are properly plugged or transferred to the new system prior
to decommissioning of the existing system.
3.08.02 Sewer Mains
A. If a line to be abandoned terminates in a manhole that will remain in service, the existing
main to be decommissioned shall be plugged from within the manhole and clearly marked on
the plans.
i. Cutting and plugging of existing lines directly outside of manholes should be avoided.
B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of
the portion of line to remain in service.
3.08.03 Sewer Manholes
A. Manholes may be decommissioned by either of the following methods or as approved by the
City Engineer or designee:
i. Complete removal of the manhole structure including ring, lid, cone, riser sections,
base and all appurtenances. The excavation shall be backfilled with compacted native
material or flowable fill.
ii. Remove cone, ring and lid sections and backfill to top of remaining structure with
flowable fill. Remaining excavation shall be backfilled with compacted native material
or flowable fill.
3.09 Easements
3.09.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street
or alley, the installation may be made in a dedicated easement or right-of-way.
3.09.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet
exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer
main is greater than 10 feet.
3.10 Soil Analysis
3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types
and characteristics of the soils to be encountered, water table elevations along the
proposed sewer, recommended methods of dewatering for sewer main construction, and
the recommended methods of backfilling and compacting to be used.
22 Section 3
2020 Design Standards and Specifications
Sewer Standards
3.11 Tunneling, Jacking and Bori
3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive
conditions when open cut construction is not allowed.
A. Only straight pipe alignments for both horizontal and vertical alignment are allowed.
B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee.
C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must
allow for the required casing spacers.
D. Casing pipe thickness shall be:
Casing Diameter
Minimum Casing Thickness
<24 inches
3/8 inch
>_24 inches
1/2 inch
E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as
recommended by the manufacturer.
i. Only purpose-built centralizers may be used.
F. Coal tar coating for casing pipe shall conform to AWWA C203.
G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used.
3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by -
case basis by the City Engineer or designee.
3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted.
3.11.04 All pipe longer than 50' installed by bore, jacking or tunneling must be video inspected by
the developer after running water through the pipe to identify low areas. Video inspection
shall conform to Section 6.08.07.
3.12 Lift Station
3.12.01 A thorough engineering analysis must be performed on physical and economic factors to
determine if a lift station is required.
A. A preliminary engineering report will be required to list all factors including TCEQ regulations
as outlined in the Standard Specifications for Sanitary Sewer Construction.
B. The City Engineer or designee will review the preliminary report and reserves the right to
determine if there is merit to require a lift station.
C. After approval of the preliminary report design shall follow the Standard Specifications for
Sanitary Sewer Main Construction.
D. Design of a lift station facility shall take into consideration the entire drainage basin, as well as
local runoff. The top slab of the lift station shall be higher than the adjacent ground and the
100 year flood event.
E. The review and approval process for lift station design could be subject to addition rules and
requirements more comprehensive than those listed in these specifications.
Section 3 23
2020 Design Standards and Specifications
Sewer Standards
24 Section 3
2020 Design Standards and Specifications
Sewer Check List
SECTION 4
CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS
4.01 Plan Submittal Requirements
4.01.01 All sanitary sewer main construction plans shall be checked for conformance with City of
Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the
Engineering Department for approval. Approval of plans is for general conformance with
the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall
not relieve the Engineer or Developer from any City, State or other governing requirements
nor for errors or omissions in plans and specifications.
4.01.02 Plan Review
A. The Design Engineer shall submit sanitary sewer main construction plans to the City Engineer
or designee for review and comment. The Design Engineer shall use the City of Lubbock
Customer Self Service (CSS) website to submit plans.
http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home
B. Please call 806-775-2347 if you have any questions regarding the CCS submission process.
C. Upon completion of review and receipt of payment for appropriate Plan Review fees,
comments shall be returned to the Design Engineer on the CSS website.
i. Plans requiring resubmittal for substantial changes as determined by City Engineer or
Designee may require payment of an additional Plan Review fee.
D. After comments have been addressed and changes have been made the Design Engineer will
submit the revised plan using CSS website.
i. If comments have not been addressed on plans submitted for final approval for
construction the plans will be rejected.
ii. If testing and inspection fees have not been paid, plans will be rejected.
E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for
Construction" through the CSS web site.
i. The design Engineer will be required to submit two half size copies of the approved for
construction stamped plans.
F. Final construction plans should not be submitted for Engineering Department approval for
work that will not be installed within 6 months of the approval date.
i. Delays between approval date and construction may require resubmittal of the plans
for review under current standards.
4.01.03 Pro Rata Estimate and Fees
A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan
review submittal.
B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall
be submitted at the time of plan review submittal.
C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum
$125) shall be submitted prior to construction.
D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be
submitted and resulting differences in fee amounts settled.
Section 4 25
2020 Design Standards and Specifications
Sewer Check List
4.01.04 Checklist
A. A copy of the completed "City of Lubbock Municipal Water and Sewer Submittal Checklist"
shall be submitted at the time of plan review submittal. The checklist can be found in the
Appendix.
4.01.05 Construction Plans
A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly
marked "Approved for Construction" with the signature of reviewer and date approved by the
Engineering Department.
B. Should circumstances during construction warrant changes from the approved plans or
specifications, a written approval must be obtained from the Engineering Department.
i. Copies of the written approval shall be attached to the construction plans and
maintained on the job site.
4.01.06 Record Drawings
A. The Design Engineer shall be responsible for recording constructed dimensions and
information on a set of Record Drawings during the progress of construction.
i. The City of Lubbock Engineering Department shall monitor this process to assure that
changes in construction are kept up to date on the Record Drawings.
B. Digital PDF "Record Drawings", certified by the Design Engineer, shall be submitted to the
Engineering Department within 30 days of completion of the construction.
i. Record Drawings shall include locations of all lift stations, manholes or other changes
in main pipe direction, material or size.
a. GPS Coordinates or property ties are acceptable.
C. Where the construction is phased and a lapse of more than 60 days occurs between phases,
then Record Drawings shall be submitted to the Engineering Department reflecting the
completed construction prior to issuance of the Certificate of Acceptance of Utility
Construction.
D. Items required to be submitted with Record Drawings:
i. Letter of Transmittal
ii. Record Drawing
iii. Updated Pro Rata Cost Estimate
iv. Certificate of Completion (Provided to Contractor from City Inspector)
v. Developer's Warranty Statement (See Appendix)
vi. Adjacent Mains Refund Contract (see Apendix)
4.01.07 Acceptance
A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings,
the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of
Acceptance of Utility Construction.
i. Sanitary sewer system improvements shall not be put online or brought into service
without written approval by the Engineering Department.
ii. A newly constructed system will not be accepted until the receiving, downstream
system has been accepted.
iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record
Drawings are provided to the Water Utilities Department.
26 Section 4
2020 Design Standards and Specifications
Sewer Check List
iv. When all paperwork has been completed and provided to the City with a written
notification, utilities will be accepted within 30 days if there is no exception by the City.
B. Building Permits for residential developments and Certificates of Occupancy for commercial
facilities to be serviced by a newly constructed system will not be released by the Engineering
Department until said system has been brought into service.
4.02 Plan Details
4.02.01 Plan Format
A. Standard drawing size shall be 22-inch by 34-inch.
4.02.02 The following details shall be shown on the plans:
A. General
i.
Title Block (lower right hand corner preferred)
ii.
Scale
iii.
Original Date and Revision Dates
iv.
Name of Professional Engineer
v.
Professional Engineer's Seal
vi.
Firm Name and Contact Information
vii.
City of Lubbock Engineering Department Contact Information:
a.
Development Engineering Services: (806) 775-2347
b.
Senior Inspector: (806) 548-4152
viii.
Drawings Number(s)
ix.
Legal Description of Property Being Improved
x.
Location Map or Plat (if available)
xi.
Statement:
"All work shall be performed in accordance with the current
version of the City of Lubbock Minimum Design Standards and
Specifications."
B. Plan
i.
Bench Marks
ii.
North Arrow
iii.
Property Lines
iv.
Street Names and Easements with Width Dimensions
v.
Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.)
vi.
Proposed Sanitary Sewer Mains (Bold)
a.
Stationing
b.
Size
c.
Materials
d.
Gradients
e.
Length between Manholes
f.
Proposed Manholes
g.
Elevation of Inverts In And Out Of Manhole
h.
Elevation of Manhole Rim
i.
Location Control Dimensions
Section 4 27
2020 Design Standards and Specifications
Sewer Check List
j. Manhole Stub -Outs
k. Proposed Future Extensions
I. Proposed Service Connections or Stub -Ins
m. Standard Bedding Cross -Section
n. Proposed Concrete Encasement
o. Proposed Cut -Off Walls
vii. Existing Utility Lines (Gray) with Location and Depth According to the Following
Standard:
I I WATER LINE
5 5 5 SANITARY SEWER LINE
G G G GAS LINE
FOC FOC FIBER OPTIC CABLE
CATV CATV CABLE TELEVISION
SWSw STORM WATER LINE
UGE UGE UNDER GROUND ELECTRIC
OHE OHE OVER HEAD ELECTRIC
UGT UGT UNDERGROUND TELEPHONE
OHT OHT OVER HEAD TELEPHONE
TS TS TRAFFIC SIGNAL LINE
C. Profile
i. Ground Surface - Existing (Dotted) and Proposed (Solid)
ii. Station Numbers
iii. Existing and Proposed Utilities Where Crossed
iv. Existing Manhole Invert and Rim Elevations
D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special
Valves and Vaults, Tanks, Etc.
E. Detail Sheet - As Required
i. Standard Bedding Detail
ii. Standard Manhole Detail
iii. Drop Manhole Details
iv. Tapping Details
F. Overall Layout Sheet - If Required
i. Scale 1 "=100'
ii. Lot Lines
iii. Streets and Street Names
iv. Sewer Line Sizes and Material
v. Manholes
vi. Connections to Existing System
28 Section 4
2020 Design Standards and Specifications
Water Specifications
SECTION 5
STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION
5.01 General
5.01.01 All water main construction within the City of Lubbock water system or for future
connections to the City of Lubbock water system shall be accomplished in accordance with
the requirements of these specifications.
5.02 Plan Reauirements
5.02.01 Water main construction shall be done in accordance with engineered construction plans
for the work, prepared under the direction of a Professional Engineer and approved by the
City of Lubbock Engineering Department.
5.02.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water
Distribution and shall show all information called for on the City of Lubbock Check List for
Water Distribution Construction Plans.
5.03 Plan Approval
5.03.01 The Engineering Department shall review, approve and issue plans stamped "Approved for
Construction" to the Design Engineer.
5.04 Inspection
5.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours prior to the
planned construction is to commence and also before starting up when construction is
interrupted for any reason.
5.04.02 All work shall be inspected by a representative of the Engineering Department who shall
have the authority to halt construction when, in their opinion, construction is being
performed contrary to these specifications or other approved plans.
5.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, by
written notice, may order that portion of construction in violation of these specifications or
other approved plans, specifications and material to cease until such violation is corrected.
5.05 Specifications
5.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are
made a portion of these specifications by reference shall be the latest edition and revision
thereof.
5.06 Materials of Construction
5.06.01 Water Pipe
A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC,
C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed -
Section 5 29
2020 Design Standards and Specifications
Water Specifications
Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure
Pipe and shall conform to the Approved Materials List.
B. The following are approved materials for water main construction:
i. PVC Pipe
a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900
or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI.
b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming
to the above specification.
c. Spigot ends shall be beveled and reference marked to facilitate joining and insure
proper seating depth.
d. Water pipe shall be blue.
ii. High Density Polyethylene (HDPE)
a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe
material meeting the requirements of the latest revision of AWWA C906, PE 4710,
Minimum DR11, Pressure Class 200 PSI.
b. Use of HDPE pipe must be preapproved by the City Engineer or designee in writing
prior to use within the City of Lubbock service area.
iii. Cement -lined Ductile Iron Pipe
a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 —
ANSI A21.51.
b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI
A21.4 specifications. The external surface shall be coated with an asphalt base paint.
c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type,
except where connecting flanged fittings, and shall otherwise conform to the base
specifications to which the pipe is manufactured.
d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe.
e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber
gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest
revision.
f. Flanged joints shall conform to AWWA C115 — ANSI A21.15
iv. Concrete Cylinder Pipe
a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in
accordance with the latest revision of AWWA C301.
b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in
accordance with the latest revision of AWWA C303.
c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally
and helically.
d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed
with a continuous ring rubber gasket meeting standards specified in AWWA C303.
e. A Portland cement mortar shall be used to fill the annular space both inside and
outside of joints in the pre -tensioned concrete cylinder pipe.
(1) Portland cement used in the mortar shall conform to ASTM C150 and C77.
(2) Sand for the mortar shall conform to ASTM C33 for fine aggregate.
f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a
heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be
provided with 3/8 inch x 0.20 steel straps on each side.
30 Section 5
2020 Design Standards and Specifications
Water Specifications
5.06.02 Service Saddles
A. 1-inch and 2-inch Service Connection
i. Service connections shall be made through an approved service saddle.
a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless
steel.
b. Service saddles shall be 4-bolt, double band type.
c. Service saddle shall be fusion bonded epoxy or nylon coated.
d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection.
e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection.
5.06.03 Tapping Procedures
A. Tapping Sleeves
i. General
a. Clean, disinfect, and prepare the main line, valve, and tapping machine with NSF
approved disinfectant prior to operation.
b. Ensure shell cutter will clear valve walls.
ii. Tapping Machine
a. Use the appropriate pilot bit for the pipe material being tapped; follow pipe and bit
manufacturer's requirements.
b. Upon request, contractor shall provide specification for pilot bit and shell cutter.
c. If it is determined by the inspector that the bit or shell cutter is dull or damaged a
new bit or shell cutter must be provided for all taps.
d. If tapping machine is a solid body machine and the bit/shell cutter travels, the full
weight of the tapping machine must be supported with cribbing.
e. If the tapping machine is a two-piece body machine and moves with the bit/shell
cutter, the valve must be supported with cribbing or concrete.
iii. 4-inch through 12-inch Main Line Connection
a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform
to the latest revision of ASTM Standard Designations. The tapping sleeve shall
withstand a working pressure of 200 psi.
b. Gaskets shall be compounded from new materials, and the shape of cross-section of
gasket shall provide adequate seal for the design pressure. Gaskets shall be shop
glued to the groove provided in the body section.
c. Bolts and hex nuts shall be stainless steel.
iv. 16-inch through 24-inch Main Line Connection
a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform
to the latest revision of ASTM Standard Designations. Tapping sleeves shall be
capable of withstanding a working pressure of 200 psi.
b. Flanges shall be fabricated from steel plate conforming to ASTM Standard
Designation A36 or A285, Grade C.
c. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D.
(1) Flanges shall be machined to a flat face with finish of 250 micro -inches or
machined to a flat surface with a serrated finished in accordance with AWWA
Standard C-207, "Steel Pipe Flanges."
(2) Machined face shall be recessed for tapping valves in accordance with the MSS
Standard SP-60.
Section 5 31
2020 Design Standards and Specifications
Water Specifications
d. Gaskets shall be compounded from new materials, and the shape of cross-section of
gasket shall provide adequate seal for the design pressure. Gaskets shall be shop
glued to the groove provided in the body section.
e. Bolts and hex nuts shall be stainless steel.
B. Testing Outlet
i. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each
tapping sleeve assembly complete with a 3/4-inch square head pipe plug.
C. Painting
i. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before
painting.
ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a
shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with
a rust preventive compound.
iii. Bolts and nuts shall be shipped bare (no paint or protective coating).
5.06.04 Ductile Iron Fittings
A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket
for the type of pipe used.
B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint.
C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision.
5.06.05 Double Disc Gate Valves
A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and
bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets
shall be flanged.
i. Gate valves 12-inch and smaller shall be direct bury.
ii. Valves shall have non -rising stems, shall open by turning to the left (counter-
clockwise), and shall be furnished with a 2-inch square operating nut.
iii. Valves shall comply with the latest revision of AWWA C500 standards.
5.06.06 Resilient Seat Gate Valves
A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be
flanged or mechanical joint. Side outlets shall be flanged.
i. Gate valves 12-inch and smaller shall be direct bury.
ii. Valves shall have non -rising stems, shall open by turning to the left (counter-
clockwise), and shall be furnished with a 2-inch square operating nut.
iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards.
5.06.07 Butterfly Valves
A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long
body lengths.
i. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a
hand wheel, a 2-inch square operating nut, a locking device and a position indicator.
ii. Valve shall open by turning to the left (counter -clockwise).
iii. Valves shall be designed for positive stop in the closed position.
32 Section 5
2020 Design Standards and Specifications
Water Specifications
iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation
and shall be designed to operate at maximum torque with a maximum pull of 80
pounds.
v. The design water pressure differential shall be 150 psi upstream and 0 psi
downstream.
vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B.
B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type
to be approved by Engineering Department.
5.06.08 Pressure Regulating Valves
A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre -
adjusted lower downstream pressure for varying rates of flow without causing shock or water
hammer on the system.
i. The pressure reducing valve shall be hydraulically operated with a free floating guided
piston having a seat diameter equal to the size of the valve.
ii. A pilot valve for controlling operation of the main valve shall be a single seated,
diaphragm operated and spring loaded type.
iii. Pilot valve shall be attached to the main valve with piping and isolation valves so
arranged for easy access in making adjustments and also for its removal from the main
valve while the main valve is under pressure.
iv. Needle valve shall be all bronze and included with the main valve to control the speed
of piston travel.
v. An indicator rod shall be furnished as an integral part of the valve to show the position
of the piston within the valve body.
vi. The valve shall be designed to provide an access opening in the valve body for
removing the piston and other internal parts without removing the main valve body
from the line.
B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber
seals to provide tight closure and prevent metal to metal friction.
i. Valves shall be ductile iron body.
ii. Bronze casting or parts for internal trim shall conform to ASTM B62.
C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI
B16.1, Class 125.
i. Flanges and covers shall conform to ASTM A126, Class B.
ii. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined
to a flat surface with a serrated finish in accordance with AWWA C207.
D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi.
E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the
operating pressure specified herein. A second test of check seating of the cylinder shall be
made at the operating pressure.
F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting.
i. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated
with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with
Federal Specification TT-V-51e.
ii. The face of flanges shall be shop coated with a rust preventive compound.
G. Pressure regulating valves shall be installed in an approved concrete valve vault.
Section 5 33
2020 Design Standards and Specifications
Water Specifications
5.06.09 2-inch Combination Air and Vacuum Release Valves
A. The function of a combination air and vacuum release valve is to allow air to escape during
pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when
liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped
air after the pipeline is filled and under pressure.
i. Combination air and vacuum release valves shall be shop assembled and shipped as a
complete unit ready for field installation.
ii. The combination air valve shall be the single body type.
iii. The valve body and cover shall be designed to operate under a maximum working
pressure of 250 psi.
iv. Material shall be one of the following:
a. Valve body
(1) Cast Iron - ASTM A48-CIass 35
(2) Cast Steel - ASTM A27 GR U60-30
(3) Ductile Iron - ASTM A536 GR 65-45-12
(4) Bosses for tapping pipe threads shall be cast integrally with each valve body and
cover.
v. The diameter of the large orifice of the combination air valve shall be 2 inches and the
small orifice diameter shall be 3/32 inch.
vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA
C800.
vii. For valves not found in the approved materials and vendors list, all other components
shall conform to the following additional specifications:
a. Float shall be stainless steel.
b. All other internal parts shall be fabricated from bronze.
c. Valve seat shall be fabricated from oil resistant synthetic rubber.
B. Guard Valve and Connecting Pipe
i. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe
thread ends.
ii. Connections between the air valve and the guard valve shall be made using brass
nipples with tapered iron pipe threads conforming to AWWA Standard C800.
C. All components shall be capable of withstanding an operating pressure of 250 psi.
D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating
pressure. During the test, air shall be injected into the body chamber of the valve to check its
ability to release entrained air to the atmosphere under operating pressure.
E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and
interior surfaces except the stainless steel trim and the seating surface of the flange face shall
be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal
Specification TT-V51 C or Military Specification C-450-C, Type II.
5.06.10 Swing Check Valves
A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing -
Check Valves for Ordinary Waterworks Service", with the following additional requirements or
exceptions.
B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type
disc.
34 Section 5
2020 Design Standards and Specifications
Water Specifications
i. Valves installed in vaults shall be in a horizontal position with exterior lever and
adjustable spring or weight operation.
ii. Valves which are buried shall be installed in a horizontal position and shall be gravity
operated with no external levers or weights.
C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi.
D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's
standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with
zinc or cadmium.
i. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded
portions of the bolts and nuts.
E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall
be fabricated from compressed asbestos sheet with a rubber compound binder.
i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable.
F. All check valves shall be furnished with flanged ends. The size and drilling shall be in
accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish
of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with
AWWA Standard C207.
G. All surfaces of the valve shall be clean, dry and free from grease before painting.
i. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces,
shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in
accordance with Federal Specification TT-V-51f.
ii. Flange faces shall be shop coated with a rust preventive compound.
5.06.11 Blowoffs
A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate
valve.
B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve
box.
C. Valve and valve box shall be as specified in the Approved Materials List.
5.06.12 Fire Hydrants
A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout
including drain seat ring, and shall be designed for a working pressure of 150 psi.
B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2
inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest
dimension of 4.995 inches, and shall open by turning counter -clockwise.
C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless
otherwise shown on plans.
D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant
to the appropriate elevation. No more than one extension will be allowed per installation.
E. Operating nuts shall be 1-1/2 inch pentagons measured to a point.
F. Hydrants shall be painted orange.
G. Fire hydrants that are not yet in service or have been taken out of service shall be covered
completely and securely with black plastic wrap or bags.
H. Hydrants shall meet the requirements as detailed in the Approved Materials List.
Section 5 35
2020 Design Standards and Specifications
Water Specifications
5.06.13 Valve Boxes, Vaults, Frames and Covers
A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List.
i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be
used as an extension from the top of the valve. Align riser pipe to ensure continuity
between box and pipe, using couplers if spliced.
ii. Top of valve box shall be set flush with surrounding finished grade.
iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick
reinforced concrete collar.
iv. Valve box shall be heavy cast iron.
v. Valve box shall have a heavy cast iron cover marked "Water Valve".
vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than
the outside diameter of the barrel of the box.
B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete
or pre -cast construction.
i. Valve vaults shall be constructed with the dimensions as called for on the plans or as
approved by the City Engineer or designee.
ii. Valve vault cover opening shall be centered over operating nut.
C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to
that shown on the plans and with a clear opening of not less than 30 inches.
i. Frame and cover shall be designed with a full bearing ring so as to provide a
continuous seat between frame and cover.
ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to
prevent leaking through.
iii. The cover shall be marked "City of Lubbock Water".
iv. Frame and cover shall be as specified in the Approved Materials List.
5.06.14 Boring Encasement Pipe
A. Encasement pipe shall be smooth steel pipe conforming to the following:
Casing Diameter
Minimum Casing Thickness
<24 inches
3/8 inch
>_24 inches
1/2 inch
B. Boring encasement steel pipe shall have welded joints.
5.06.15 Concrete
A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture
and the designed mix shall be approved by the Engineer before any concrete is placed.
i. The concrete shall be of such consistency that it will flow without separation of the
aggregates.
B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the
different applications:
i. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall
contain not more than 7.0 gallons of water per sack of cement and yield a 28-day
compressive strength of not less than 3,000 psi.
ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete
shall contain not more than 9 gallons of water per sack of cement and yield a 28-day
compressive strength of not less than 2,500 psi.
36 Section 5
2020 Design Standards and Specifications
Water Specifications
C. Concrete shall be made with Portland cement which conforms to "Standard Specifications for
Portland Cement", ASTM C150.
D. Concrete aggregates shall consist of natural washed and screened sand, and washed and
screened gravel or clean crushed limestone conforming to "Standard Specifications for
Concrete Aggregate", ASTM C33.
Aggregates shall be well graded from coarse to fine and shall be free from injurious
amounts of clay, soft or flaky materials, loam or organic impurities.
ii. Aggregates shall be approved by the City Engineer or designee before use.
Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and
free from injurious amounts of alkali, salts or other chemicals and shall conform to ASTM
C1602/C1602M "Standard Specification for Mixing Water Used in the production of Hydraulic
Cement Concrete."
Surface moisture or moisture carried by the aggregates shall be included as part of the mixing
water.
G. Reinforcing steel used in concrete shall be deformed bars conforming to ASTM A615
"Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete
Reinforcement" or ASTM A996 "Standard Specification for Rail -Steel and Axel -Steel Deformed
Bars for Concrete Reinforcement" grade 40 or grade 50.
i. All reinforcement shall be permanently marked with grade, identification marks or shall,
on delivery, be accompanied by a manufacturer's guarantee.
H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete
without bulging between supports and sufficiently water tight to hold the concrete mortar.
i. Forms shall be so constructed that the finished concrete shall be of the form and
dimensions shown on the plans.
ii. Form work for exposed surfaces shall be of such material and so constructed as to
produce a wall with a smooth, even surface when the concrete is poured.
iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct
position and alignment.
iv. Walls for all reinforced concrete work shall be formed inside and outside.
v. Form ties shall be adjustable in length and of such type as to leave no metal closer
than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other
devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or
depth back of the exposed surface of the concrete.
vi. Temporary openings for cleaning and inspection shall be provided at the base of
vertical forms or other places where necessary. Such openings shall be neatly and
securely closed before concrete is placed.
vii. Forms shall be oiled before use.
viii. No forms shall be removed without permission of the City Inspector. However, in
general, wall forms may be removed after the concrete has been in place for 24 hours
and on roof slabs after the concrete has been in place for 10 days.
ix. Immediately upon removal of the forms any honey -combed sections shall be repaired
as directed by the City Inspector.
Compounds used to form an air tight membrane over a fresh concrete surface shall be in
accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650).
i. Curing compound shall be applied with a pressurized sprayer in an even coating or as
recommended by the manufacturer.
Section 5 37
2020 Design Standards and Specifications
Water Specifications
5.06.16 Bedding, Embedment and Backfill
A. Water Pipe 12-inch diameter and smaller
i. Bedding and embedment shall be native, sandy soil material free from rocks, clods,
roots or other debris larger than 1-inch diameter.
ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or
other debris larger than 2-inch diameter.
B. Water Pipe 16-inch diameter and larger
i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris
larger than 3/8-inch.
a. Bedding material shall be free from injurious amounts of clay, dust, blow sand,
caliche or slag.
ii. Embedment material shall be crushed stone with irregular surfaces and comply with
the following gradation requirements:
Standard Crushed Rock Aggregate
Cumulative Percent Retained
(by weight)
Retained on 1" Sieve
0
Retained on 1/2" Sieve
0-20
Retained on 3/8" Sieve
15-40
Retained on No. 4 Sieve
60-90
Retained on No. 8 Sieve
95-100
a. Embedment shall extend to 12 inches above top of pipe.
iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or
other debris larger than 2-inch diameter.
C. Compaction
i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density
by approved mechanical means.
a. Compaction shall be in maximum 6-inch compacted lifts.
ii. Water jetting will not be allowed.
5.06.17 Flowable Fill
A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content
of 1-1/2 sacks per cubic yard.
i. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01
through UEM-07 in the appendix.
ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of
flowable fill shall be removed by the Contractor at their expense.
5.07 Methods of Construction
5.07.01 Scope
A. The work covered by this section consists of constructing water distribution mains and other
appurtenances normally installed as a part of this system. Construction may include surface
preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe;
installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage;
bedding, embedment and backfilling; and other related work.
38 Section 5
2020 Design Standards and Specifications
Water Specifications
5.07.02 Quality Standards
Standard
Topic
Standard Test Methods for Laboratory Compaction
ASTM D698
Characteristics of Soil Using Standard Effort
AWWA C600 ANSI
Installation of Ductile Iron Mains and Their Appurtenances
Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
AWWA C900
Fittings, 4-inch through 12-inch for Water Transmission and
Distribution
Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
AWWA C905
Fittings, 14-inch through 48-inch for Water Transmission and
Distribution
AWWA M23
Polyvinyl Chloride PVC Pie Design and Installation
ACPA
Concrete Pipe Installation Manual (Published by American
Concrete Pipe Association
ASTM C891
Installation of Underground Pre -cast Utility Structures
5.07.03 Materials
A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and
protective coating that is defined in the Approved Materials List or designated by the City
Engineer or designee.
B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the
option of installing any of the acceptable types, provided only one type is used throughout
any single size designation or run of pipe.
5.07.04 Storm Water Pollution Prevention Plan (SWPPP)
A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock
Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan.
B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria
developed by the North Central Texas Council of Governments.
C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the
construction until final stabilization.
5.07.05 Surface Preparation
A. Within Easements, Cultivated or Agricultural Areas
i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable
matter, rubbish and other unsuitable material within the area of excavation and spoils
storage shall be stripped and properly disposed.
ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever
is less.
iii. Removed topsoil shall be stockpiled during construction in an approved location.
B. Within Unpaved Roadway Areas
i. Contractor shall strip the cover material from graveled roadways or other developed
but unpaved traffic surfaces to the full depth of the existing surfacing.
ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes.
C. Within Paved Areas
i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock
Street Ordinance.
Section 5 39
2020 Design Standards and Specifications
Water Specifications
ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or
curbs and gutters, the cuts shall be made in such a manner as to cause the least
possible damage to adjoining surfaces.
iii. Asphalt Paving
a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the
trenching machine and the paving and base removed with the trenching machine as
the trench is excavated.
b. The width of surface removed by the Contractor is not to exceed the outside limits of
the trench plus 12 inches.
iv. Concrete Paving
a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and
gutters shall be made by saw cutting the concrete to a straight line on each side of
the trench and removing the concrete ahead of the trenching.
b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles.
c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a
power saw to a depth of not less than 2 inches prior to breaking.
d. Overbreak, separation or other damage to the existing bitumen or concrete outside
the designated cut lines shall be replaced at the Contractor's expense.
e. Tunneling may be required under curb and gutters.
f. The width of surface removed by the Contractor of concrete paving is not to exceed
the outside limits of the trench plus 12 inches.
v. All spoil piles must be 3' from travel lanes or have a traffic barrier that will prevent the
soil from encroaching on travel lanes.
vi. If roll off dumpsters are placed on street paving, then the paving must be protected
from damage.
5.07.06 Barricades and Safety Measures
A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for
the protection of persons, property and the works as may be necessary.
B. All barricades and safety measures shall meet the rules and regulations of Federal, state and
local authorities, including but not limited to:
i. OSHA regulations for excavation, trenching and shoring
ii. Texas Manual on Uniform Traffic Control Devices
iii. City of Lubbock Barricade Ordinance
C. Contractor will be held responsible for all damage to the work due to failure of barricades and
safety measures.
i. If damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at their own cost and expense.
D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease
until the project is accepted by the City.
5.07.07 Water for Construction
A. The City will furnish water from fire hydrants for construction purposes.
i. To use City water for construction the contractor shall acquire a water meter for use on
a City fire hydrant, and will be charged the applicable rate for the quantity of water
used.
40 Section 5
2020 Design Standards and Specifications
Water Specifications
ii. The contractor shall contact Lubbock Power and Light Customer Service Department
and establish a utility account. The contractor must pay the current deposit for each
fire hydrant meter and will be responsible for all charges associated with that account.
iii. Once an account is established and the deposit is paid, the contractor may pick up a
meter from the City Water Department at 600 Municipal Drive.
iv. The contractor shall be responsible for reporting monthly water usage.
v. All water used shall be in accordance with City Ordinance, all water shall be used
within City Limits.
B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open or close a fire hydrant.
C. For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter.
i. The backflow prevention assembly shall be in the form of two spring loaded ball check
valves.
ii. When filling the truck or container there shall be an air gap of at least two times the
opening diameter of the truck or container.
D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type
backflow prevention assembly.
i. All RPZ type back flow prevention assemblies must be tested and the test results
approved by the City prior to use.
ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter
and Customer Service Supervisor for approval.
E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention",
City representatives are authorized to suspend water use from a fire hydrant by a contractor
until the proper and correct backflow prevention device is installed.
5.07.08 Protection of Existing Utilities
A. It shall be the Contractor's responsibility to properly mark (white line) the work area and
notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of
48 hours prior to construction or excavation.
B. Contractor shall locate all utility lines, including customer service lines, far enough in advance
of the trenching to make proper provisions for protecting the lines and to allow for any
deviations that may be required from the established lines and grades.
C. If required, the Contractor shall "pothole" or physically locate existing underground utilities
ahead of trench excavation.
D. A contractor shall not be allowed to disrupt water service without permission from the
Engineering Department.
i. When a service disruption is planned, the Contractor shall notify the Engineering
Department a minimum of 48 hours in advance.
E. Contractor shall notify local utilities whenever working near gas mains or services or near
electrical or telephone cables or when the presence of these utilities is suspected in the area
of construction.
F. Contractor shall proceed with caution in the excavation and preparation of the trench so that
the exact location of underground structures, both known and unknown, may be determined.
G. Hand excavation shall be used where necessary.
H. All utility lines shall be properly supported to prevent settlement or damage to the line both
during and after construction.
Section 5 41
2020 Design Standards and Specifications
Water Specifications
I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise
damaged because of carelessness on their part.
J. The Contractor shall immediately notify the proper utility company of any damage to utility
lines in order that service may be established with the least possible delay. Any damage to
existing lines and the repair of customer lines which are authorized to be cut shall be at the
Contractor's expense, and as directed by an official representative of the utility company
involved.
K. Any permanent relocation of existing utility lines shall be done by the proper utility company.
5.07.09 Excavation and Trenching
A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches.
B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches.
i. The City Engineer or designee shall review instances where trench widths are required
to be greater than the maximum allowable due to installation techniques or shoring.
C. Contractor shall take all necessary precautions for protecting paved streets and drives from
being damaged by the trenching and backfilling equipment.
D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the
entire length of the pipe cylinder.
i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing
of the pipe.
E. In order to obtain a true, even grade, the trench shall be fine -graded.
i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The
depth of the fine grading material shall not exceed 3 inches.
ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material
shall be compacted to 95% Modified Proctor Density.
iii. If the material being excavated is rock or other unyielding material, it shall be removed
to a depth of 3 inches below grade and replaced with approved bedding material to
grade.
F. All excavated material shall be placed in a manner that will not endanger the work or damage
existing structures.
5.07.10 Methods of Connection
A. Service and main line taps and connections shall comply with current City of Lubbock Utilities
Ordinance.
B. Service Taps
i. All service taps on existing mains shall be installed by City personnel or a City -
designated contractor.
C. Main Line Taps
i. All taps on existing mains in service shall comply with current TCEQ requirements.
ii. Persons installing main line taps shall hold a Class "C" or higher TCEQ Water Operator's
License.
iii. A person holding a Class "D" TCEQ Water Operator's License may install main line taps
only if they are in direct communication with a person holding a Class "C" or higher
TCEQ Water Operator's License.
iv. City Inspector must be present for any tap being installed on an existing main.
D. Valve Operating Procedures
42 Section 5
2020 Design Standards and Specifications
Water Specifications
i. Contractors shall not operate valves within the existing City of Lubbock
water distribution system.
ii. Operation of valves shall be done by authorized City of Lubbock personnel only.
iii. Contractors shall arrange opening or closing of valves by notifying the Engineering
Department at least 24-hours prior to needing a valve operated.
5.07.11 Pipe Installation
A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the
manner herein specified.
B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress
of the work and any material found to be defective may be rejected.
i. If rejected, the Contractor shall remove and replace such defective material at their
own expense.
C. Pipe, fittings, valves, and other accessories shall be handled in accordance with
manufacturer's specifications.
i. Before lowering into the trench the pipe, fittings, valves and accessories shall be
inspected for defects.
a. Any defective, damaged, or unsound pipe or other incidental materials shall not be
incorporated into the work.
b. Contractor shall remove and replace such defective material at their own expense.
ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece
by piece using suitable tools or equipment in such a manner as to prevent damage to
the material.
iii. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped
directly into the trench.
D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the
pipe used in forming the joint before the pipe is lowered into the trench;
i. Pipe shall be kept clean by approved means during and after laying.
ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid.
E. Pipe shall be laid to the alignment as established on the approved plans.
i. Where grade is being maintained as shown on the plans, the use of batter boards or
laser beam will be required to fine grade the trench.
ii. Whenever it is necessary to deflect pipe from a straight line either in a vertical or
horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal
curves are required, the allowable angle of curvature shall be 80% of the
manufacturer's maximum recommended curvature.
iii. Deflection at each joint shall not exceed 80% of the manufacturer's maximum
recommended deflection.
F. Pipe shall be laid so that the pipe label is facing up.
G. Pipe shall be jointed per manufacturer's requirements.
i. Pipe shall be laid with bells facing in the direction of laying.
a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed
with the bell ends facing up grade.
ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing.
iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat
workmanlike manner without damage to the pipe or lining.
iv. Jointing shall be completed for all pipe laid each day.
Section 5 43
2020 Design Standards and Specifications
Water Specifications
a. At the times when pipe laying is not in progress, the open ends of pipe shall be
properly plugged and sealed to prevent contamination.
b. No trench water shall be permitted to enter the pipe.
v. No pipe shall be laid in conditions unsuitable for such work as determined by the City
Inspector.
5.07.12 Trace wire for nonmetallic pipe installation
A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing
with all nonmetallic pipe during pipe installation.
i. Trace wire shall be 12 gauge minimum solid copper with 30 mil HDPE insulation
recommended for direct bury.
ii. Trace wire shall be secured to the pipe as required to insure that the wire remains
directly on top of the pipe.
iii. Trace wire shall be securely bonded together at all wire joints with wire connectors
that are watertight and provide for electrical continuity.
iv. Trace wire shall be made accessible at water valve boxes and fire hydrants.
a. Trace wire shall not be placed inside valve box risers.
b. Trace wire shall be installed such that no less than 6 inches but no more than 12
inches of wire remain accessible.
5.07.13 Marking Tape
A. Marking tape shall be installed in the same trench with all pipe during pipe installation.
i. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution:
Buried Water Line."
ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of
24 inches above top of pipe.
iii. Depth of bury shall be 18 inches below top of trench.
5.07.14 Setting Valves, Valve Boxes and Fittings
A. Valves and fittings shall be set at the locations shown on the approved plans.
B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically
restrained.
i. Refer to thrust blocking details or Appendix A — Restrained Joint Lengths.
5.07.15 Cradling, Blocking and Anchorage
A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block
or mechanically restrain all fittings including tees, bends and valves.
B. Where concrete cradling or blocking is used, concrete shall conform to the concrete
specifications.
C. Before placing the concrete, all loose earth shall be removed from the trench.
D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the
bottom of the trench and shall be deposited uniformly on each side of the pipe in such a
manner as to not disturb the grade and alignment of the pipe.
E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of
bearing on pipe and on the ground in each instance shall be that required by the Engineer.
F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair.
44 Section 5
2020 Design Standards and Specifications
Water Specifications
G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil
analysis of the site. In the absence of such recommendation, the allowable soil bearing value
shall not exceed 2,500 pounds per square foot.
5.07.16 Backfilling
A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street
Ordinance as well as the City of Lubbock Utility Excavation Manual.
B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger
than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and
appearance as it possessed before construction.
C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an
approved location.
D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling
as possible.
E. Following completion of backfill and cleanup, the Contractor shall maintain the street and
trench surfaces in a satisfactory manner until final acceptance of the work.
i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling
to settle dust, brooming and other work required to keep the streets and disturbed
areas in satisfactory condition as determined by the City Engineer or designee.
ii. The Contractor shall maintain and be responsible for all paving cuts until such time as
repairs can be completed.
5.08 Pneumatic Testina for Taooin4 Sleeves
5.08.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a
pneumatic pressure test according to the most recent City of Lubbock requirements.
5.08.02 Pneumatic Pressure Test
A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City
Inspector.
i. Tapping sleeve shall be pressurized through 3/4-inch NPT port at a minimum
test pressure of 50 psi.
ii. Duration of the pressure test shall be a minimum of 10 minutes or as
directed by the City Inspector.
5.09 Hydrostatic Pressure Testing
5.09.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure
test and leakage test according to the most recent AWWA standards, TCEQ rules and City
of Lubbock requirements.
5.09.02 Hydrostatic Pressure Test
A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City
Inspector.
i. Minimum test pressure shall be 100 psi or 150% of static operating
pressure, whichever is greater.
ii. Duration of each pressure test shall be a minimum of 2 hours or as directed
by the City Engineer or designee.
B. Hydrostatic Test Procedure
Section 5 45
2020 Design Standards and Specifications
Water Specifications
Each valved section of pipe shall be slowly filled with water.
ii. As the line is being filled, all air shall be expelled from the pipe.
a. Taps shall be made, if necessary, at points of highest elevation.
b. Taps shall be tightly plugged upon satisfactory completion of the test.
iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in
a manner satisfactory to the City Inspector.
iv. The pump, pipe connection, and all necessary apparatus except meters shall be
furnished by the Contractor.
v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages.
vi. Water for filling and making tests may be obtained at a location designated by the
Engineering Department.
a. No charge will be made for the first 2 pipe volumes of water.
b. Contractor will be charged for water used in subsequent tests at the current rate of
bulk usage.
vii. The line shall be carefully checked at regular intervals for breaks or leaks.
viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective
pipes or fittings shall be removed and replaced at the Contractor's own expense.
ix. The test shall be repeated until satisfactory results are obtained.
C. Leakage Test
i. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be
allowed over a two hour period at the test pressure.
ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour)
shall not be greater than:
L _ NDJ
7400
L = Gallons per Hour
N = Number of Joints
D = Nominal Pipe Diameter (in.)
P = Test Pressure (PSI)
iii. The leakage shall be determined by measuring the quantity of water supplied to each
valved section of the lines, during the test period, when the various sections of the
lines are under pressure.
iv. If individual sections show leakage greater than the limits specified above, the
Contractor shall locate and repair the defective portions at their own expense.
5.10 Sterilization and Bacteriological Testing
5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the
most recent AWWA standards, TCEQ rules and City of Lubbock requirements including
AWWA C651.
A. Contractor shall notify City of Lubbock inspector a minimum of 24 hours in advance of
intended filling, chlorinating or flushing a new water main.
B. Contractor shall furnish all labor, equipment and material necessary for the chlorination and
testing of the new pipe lines which shall be sterilized before being placed into service.
C. Sterilization Procedure
i. Contractor shall advise City Inspector of filling and chlorinating plan.
46 Section 5
2020 Design Standards and Specifications
Water Specifications
ii. Contractor shall verify that all valves adjacent to test section are closed.
a. Valves shall be operated in accordance with the current City of Lubbock valve
operating procedures, and only when a City of Lubbock inspector is on site.
iii. Lines shall be sterilized by the application of an approved chlorinating agent.
iv. Chlorinating agent may be liquid chlorine, or a calcium hypochlorite solution, which
shall be fed into the lines through a suitable solution -feed device or other methods
approved by the City Engineer or designee.
v. All newly installed pipes and related products must conform to American National
Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must
be certified by an organization accredited by ANSI, including chlorine for disinfection.
vi. Chlorinating agent shall be applied at or near the point from which the line is being
filled, and through a corporation stop or other approved connection inserted in the
horizontal axis of the newly laid pipe.
vii. Water being used to fill the line shall be controlled to flow into the section to be
sterilized very slowly.
viii. Rate of application of the chlorinating agent shall be at least 50 parts per million.
ix. Chlorinated water shall be retained in the pipe lines for a period of not less than 24
hours.
D. Testing/Sampling Procedure
i. Sample ports shall be protected from contamination.
ii. Every sample port shall have a "NON -POTABLE WATER" tag and cap that require tools
to remove.
iii. The sampling riser shall be located at the farthest point possible from the chlorination
point.
a. The riser shall be above ground and equipped with a faucet for control of flow during
sampling.
iv. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested
for bacteriologic growth at a City of Lubbock certified laboratory.
a. Samples will be taken twice in a 48 hour period not less than 24 hours apart.
b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00
p.m.
E. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other
applicable regulations.
i. A temporary blow off may be required to achieve adequate flushing flow rates.
ii. Under no circumstances shall chlorinated water used for sterilization be released
directly into the storm drain system or a body of water.
iii. Contractor must dechlorinate water before it reaches a curb and gutter, storm drain or
body of water.
iv. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best
Practices.
5.11 Restoration and Clean Up
5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks,
gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to
a condition equal to that before the work began and to the satisfaction of the City Engineer
or designee.
Section 5 47
2020 Design Standards and Specifications
Water Specifications
5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by
the Contractor shall be reconstructed as required by the current City of Lubbock Street
Ordinance.
5.11.03 Topsoil material shall be replaced to pre -construction conditions or better.
5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the
jobsite.
5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the City
Engineer or designee.
5.12 Warrantv and Acceptance
5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written
notice that the improvements have been substantially completed, the City shall inspect the
completed improvements and provide a punch list if necessary.
A. If it is mutually determined that the improvements have been constructed in accordance with
the engineering plans and the City of Lubbock Engineering Minimum Design Standards and
Specifications, the Developers Engineer shall submit Record Drawings, Certificate of
Completion and Developers Warranty Statement (Copies of the Certificate of Completion and
the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum
Design Standards and Specifications)
B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the
Developers Warranty Statement, the City will accept improvements within 30 calendar days;
unless exception is given in writing.
C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or
Contractor of responsibility related to warranty of materials or workmanship.
D. The Developer shall remedy any defects due to faulty materials or workmanship that appear
within 1 year from the date of acceptance by the City of Lubbock.
48 Section 5
2020 Design Standards and Specifications
Sewer Specifications
SECTION 6
STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN
CONSTRUCTION
6.01 General
6.01.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system
or for future connections to the City of Lubbock sanitary sewerage system shall be
accomplished in accordance with the requirements of these specifications.
6.02 Plan Requirements
6.02.01 Sanitary sewer main construction shall be done in accordance with engineered construction
plans for the work, prepared under the direction of a Professional Engineer and approved
by the City of Lubbock Engineering Department.
6.02.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer
and shall show all information called for on the City of Lubbock Check List for Sanitary
Sewer Construction Plans.
6.03 Plan Approval
6.03.01 The Engineering Department shall review, approve and issue plans stamped "Approved for
Construction" to the Design Engineer.
6.04 Insuection
6.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours before the
planned construction is to commence and also before starting up when construction is
interrupted for any reason.
6.04.02 All work shall be inspected by a representative of the Engineering Department who shall
have the authority to halt construction when, in their opinion, construction is being
performed contrary to these specifications or other approved plans.
6.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, by
written notice, may order that portion of construction which is in violation of these
specifications or other approved plans, specifications and material to cease until such
violation is corrected.
6.05 Specifications
6.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are
made a portion of these specifications by reference shall be the latest edition and revision
thereof.
Section 6 49
2020 Design Standards and Specifications
Sewer Specifications
6.06 Materials of Construction
6.06.01 Sewer Pipe
A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC,
SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene
(HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single
Wall or Dual Wall Pipe and shall conform to the Approved Materials List.
B. PVC Pipe - Gravity Flow
i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and
D3034 for SDR 35 sewer pipe.
ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint.
a. Each integral bell joint shall consist of a formed bell complete with a single rubber
gasket.
b. Gaskets shall conform to ASTM F477.
iii. Standard joint length shall be 14 or 20 feet f one inch.
iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's
recommendations and shall not exceed 80% of the manufacturer's recommended
maximum deflection.
v. The minimum pipe stiffness factor shall be 46 psi.
vi. Gravity flow sewer pipe shall be green.
C. PVC Pipe - Pressure Rated
i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM
D2241 for SDR 26 sewer pipe.
ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint.
a. Each integral bell joint shall consist of a formed bell complete with a single rubber
gasket.
b. Gaskets shall conform to ASTM F477.
iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's
recommendations and shall not exceed 80% of the manufacturer's recommended
maximum deflection.
iv. Standard joint length shall be 14 or 20 feet t one inch.
v. Pressure rated sewer pipe shall be green.
D. PVC Pipe - Spiral Wound
i. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest
revision of ASTM F794 for large diameter ribbed gravity sewer pipe.
ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's
recommendations and shall not exceed 80% of the manufacturer's recommended
maximum deflection.
iii. The minimum pipe stiffness factor shall be 46 psi.
E. High Density Polyethylene Pipe
i. The pipe shall be made of high density, high molecular weight polyethylene pipe
material meeting the requirements of ASTM F894.
ii. Rubber gaskets shall comply in all respects with the physical requirements specified in
the non -pressure requirements of ASTM Specifications C443.
iii. Polyethylene pipe shall be installed in accordance with the manufacturer's
recommendations.
50 Section 6
2020 Design Standards and Specifications
Sewer Specifications
F. Ductile Iron Pipe
i. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron
Sewer Pipe.
a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior.
b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to
requirements of Federal Specifications WW-P-421.
ii. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when
otherwise shown on the plans and where connecting to flanged fittings, and shall
conform to the base specifications to which the pipe is manufactured.
iii. Fittings shall be AWWA Standard Class "Y bell and spigot type or an approved gasket
joint for the particular type of pipe used and designed for the pressures of the pipe
except as shown on the plans.
G. Steel Reinforced Polymer Concrete Pipe
i. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783
and A615 and all other applicable standards.
ii. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the
manufacturer's recommendations and shall not exceed 80% of the manufacturer's
recommended maximum deflection.
H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe
i. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736.
ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764.
iii. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be installed in
accordance with the manufacturer's recommendations and shall not exceed 80% of the
manufacturer's recommended maximum deflection.
6.06.02 Pre -cast Reinforced Concrete Manholes
A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete.
i. Manhole products shall be smooth, uniform in size and dimensions, consistent in
components throughout and free of voids or honeycombs.
ii. No grouting shall be applied to the edges or inside surfaces of manholes during the
manufacturing process.
iii. A plant inspection may be required for production facility inspection and to review
record -keeping for material certification.
iv. Steps are prohibited in a manhole.
B. Manufacturer must provide certification that all materials used for manufacturing meet with
the following ASTM Specifications:
Specification
Material
ASTM C-33
Aggregates
ASTM C-150
Cement
ASTM C-39
Sampling Specimens
ASTM A-615 or
A-996
Reinforcing
ASTM C-144
Sand and Mortar
C. Pre -cast Concrete Manhole Sections
i. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications.
ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000
psi.
Section 6 51
2020 Design Standards and Specifications
Sewer Specifications
iii. Coarse aggregate shall consist of 95% crushed limestone.
iv. Manholes shall be designed to withstand H-20 AASHTO loading.
v. Manholes shall have lifting holes that do not protrude through manhole wall; one full
inch of concrete thickness must remain between lift hole and outside or inside wall of
manhole.
D. Joints Other Than Grade Rings
i. Joints other than grade rings shall be tongue and groove or an equivalent male and
female type joint.
ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and
infiltration. Sealant shall comply with the Approved Materials List.
E. Cones and Grade Rings
i. Cones and grade rings shall maintain a clear 30-inch opening.
ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops
and shall also meet ASTM C478 specifications.
6.06.03 Inflow Prevention Device (IPD)
A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into
the sanitary sewer system.
B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800
pounds.
C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform
load of 500 pounds.
D. IPDs shall be equipped with ventilation valves or holes.
i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour
period.
ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less.
E. IPDs shall comply with the Approved Materials List.
6.06.04 Manhole Frames and Cover
A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM
Designation A48, having a clear opening of not less than 30 inches.
B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between
frame and cover.
C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to
prevent water leaking through.
D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City
of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List.
6.06.05 Concrete
A. Proportioning of the constituents of the concrete shall be such as to produce a dense and
workable mixture, and the designed mix shall be approved by the Engineer before any
concrete is placed.
i. The concrete shall be of such consistency that it will flow without separation of the
aggregates.
B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the
different applications:
52 Section 6
2020 Design Standards and Specifications
Sewer Specifications
i. Concrete for manholes, valve vaults and other reinforced concrete structures shall have
a water -cement ratio of no more than ASTM C-478 max of 0.53 (by weight) and yield a
28-day compressive strength of not less than 3,000 psi.
ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non -
reinforced concrete shall contain not more than 9.0 gallons of water per sack of
cement and yield a 28-day compressive strength of not less than 2,500 psi.
C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made
with Portland cement which conforms to "Standard Specifications for Portland Cement", ASTM
C150.
D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean
crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM
C33.
i. Aggregates shall be well graded from coarse to fine and shall be free from injurious
amounts of clay, soft or flaky materials, loam or organic impurities.
ii. Aggregates shall be approved by the City Engineer or designee before use.
Sand to be used in cement mortar shall conform to ASTM C144 specifications.
F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic
matter and free from injurious amounts of alkali, salts or other chemicals.
G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing
water.
H. Reinforcing steel used in concrete shall be deformed bars conforming to ASTM A615
"Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete
Reinforcement" or ASTM A996 "Standard Specification for Rail -Steel and Axel -Steel Deformed
Bars for Concrete Reinforcement" grades 40, 50, or 60.
i. All reinforcement shall be permanently marked with grade, identification marks or shall,
on delivery, be accompanied by a manufacturer's guarantee.
I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete
without bulging between supports and sufficiently water tight to hold the concrete mortar.
i. Forms shall be so constructed that the finished concrete shall be of the form and
dimensions shown on the plans.
ii. Form work for exposed surfaces shall be of such material and so constructed as to
produce a wall with a smooth, even surface when the concrete is poured.
iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct
position and alignment.
iv. Walls for all reinforced concrete work shall be formed inside and outside.
v. Form ties shall be adjustable in length and of such type as to leave no metal closer
than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other
devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or
depth back of the exposed surface of the concrete.
a. Wire ties will not be permitted.
vi. Temporary openings for cleaning and inspection shall be provided at the base of
vertical forms or other places where necessary. Such openings shall be neatly and
securely closed before concrete is placed.
vii. Forms shall be oiled before use.
viii. No forms shall be removed without permission of the City Inspector. However, in
general, wall forms may be removed after the concrete has been in place for 24 hours
and on roof slabs after the concrete has been in place for 10 days.
Section 6 53
2020 Design Standards and Specifications
Sewer Specifications
ix. Immediately upon removal of the forms any honey -combed sections shall be repaired
as directed by the City Inspector.
1. Compounds used to form an air tight membrane over a fresh concrete surface shall be in
accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650).
i. Curing compound shall be applied with a pressurized sprayer in an even coating or as
recommended by the manufacturer.
6.06.06 Bedding, Embedment and Backfill
A. Sewer Pipe, All Diameters
i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris
larger than 1/2-inch.
a. Bedding material shall be free from injurious amounts of clay, dust, blow sand,
caliche or slag.
b. Bedding shall be 6 inches below pipe.
ii. Embedment material shall be crushed stone with irregular surfaces and comply with
the following gradation requirements:
Standard Crushed Rock Aggregate
Cumulative Percent Retained
(by weight)
Retained on 1" Sieve
0
Retained on 1/2" Sieve
0-20
Retained on 3/8" Sieve
15-30
Retained on No. 4 Sieve
60-90
Retained on No. 8 Sieve
90-100
a. Embedment shall extend to 12 inches above top of pipe.
iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or
other debris larger than 2-inch diameter.
6.06.07 Flowable Fill
A. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement
content of 1-1/2 sacks per cubic yard.
i. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01
through UEM-07 in the appendix.
ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of
flowable fill shall be removed by the Contractor at their own expense.
6.07 Methods of Construction
6.07.01 Scope
A. The work covered by this section consists of constructing gravity flow sanitary sewers,
manholes and other appurtenances normally installed as a part of this system. Construction
may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and
jointing pipe; installation of appurtenances; construction of pre -cast, pre -assembled or field
assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or
tops; installation of manhole rings, covers and grade rings; bedding, embedment and
backfilling; and other related work.
54 Section 6
2020 Design Standards and Specifications
Sewer Specifications
6.07.02 Quality Standards
Standard
Topic
Standard Test Methods for Laboratory Compaction
ASTM D698
Characteristics of Soil Using Standard Effort
ASTM A746 ANSI
Ductile Iron Gravity Sewer Pipe
Installation of Ductile Iron Mains and Their
AWWA C600 (ANSI)
A urtenances
AWWA M23
Polyvinyl Chloride PVC Pipe Design and Installation
Recommended Practice for Polyvinyl Chloride (PVC)
UNI B 5
Sewer Pipe
ASTM C891
Installation of Underground Pre -cast Utility Structures
6.07.03 Materials
A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and
protective coating that is defined in the Approved Materials List or designated by the City
Engineer or designee.
One or more acceptable types of pipe may be used. As such, the Contractor shall have the
option of installing any of the acceptable types, provided only one type is used throughout
any single size designation or run of pipe.
6.07.04 Storm Water Pollution Prevention Plan (SWP3)
A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock
Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan.
B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria
developed by the North Central Texas Council of Governments.
C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the
construction until final stabilization.
6.07.05 Surface Preparation
A. Within Easements, Cultivated or Agricultural Areas
i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable
matter, rubbish and other unsuitable material within the area of excavation and spoils
storage shall be stripped and properly disposed.
ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever
is less.
iii. Removed topsoil shall be stockpiled during construction in an approved location.
Within Unpaved Roadway Areas
i. Contractor shall strip the cover material from graveled roadways or other developed
but unpaved traffic surfaces to the full depth of the existing surfacing.
ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes.
C. Within Paved Areas
i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock
Street Ordinance and the City of Lubbock Engineering Minimum Design Standards and
Specifications.
ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or
curbs and gutters, the cuts shall be made in such a manner as to cause the least
possible damage to adjoining surfaces.
Section 6 55
2020 Design Standards and Specifications
Sewer Specifications
iii. Asphalt Paving
a. Asphalt surface shall be cut along each side of the trench ahead of the trenching
machine and the surfacing and base removed with the trenching machine as the
trench is excavated.
b. The width of surface removed by the Contractor is not to exceed the outside limits of
the trench plus 12 inches.
iv. Concrete Paving
a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and
gutters shall be made by cutting the concrete to a straight line on each side of the
trench and removing the concrete ahead of the trenching.
b. Concrete shall be cut vertically in straight lines and avoiding acute angles.
c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a
power saw to a depth of 2 inches prior to breaking.
d. Overbreak, separation or other damage to the existing bitumen or concrete outside
the designated cut lines shall be replaced at the Contractor's expense.
e. Tunneling may be required under curb and gutters.
f. The width of surface removed by the Contractor of concrete paving is not to exceed
the outside limits of the trench plus 12 inches.
v. All spoil piles must be 3' from travel lanes or have a traffic barrier that will prevent the
soil from encroaching on travel lanes.
vi. If roll off dumpsters are placed on street paving, then the paving must be protected
from damage.
6.07.06 Barricades and Safety Measures
A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for
the protection of persons, property and the works as may be necessary.
B. All barricades and safety measures shall meet the rules and regulations of Federal, state and
local authorities, including but not limited to:
i. OSHA regulations for excavation, trenching and shoring
ii. Texas Manual on Uniform Traffic Control Devices
iii. City of Lubbock Barricade Ordinance
C. Contractor will be held responsible for all damage to the work due to failure of barricades and
safety measures.
i. If damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at their own cost and expense.
D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease
until the project is accepted by the City.
6.07.07 Water for Construction
A. Water is available from fire hydrants for construction purposes.
i. To use City water for construction the contractor shall acquire a water meter for use on
a City fire hydrant, and will be charged the applicable rate for the quantity of water
used.
ii. The contractor shall contact Lubbock Power and Light Customer Service Department
and establish a utility account. The contractor must pay the current deposit for each
fire hydrant meter and will be responsible for all charges associated with that account.
iii. Once an account is established and the deposit is paid, the contractor may pick up a
meter from the City Water Department at 600 Municipal Drive.
56 Section 6
2020 Design Standards and Specifications
Sewer Specifications
iv. The contractor shall be responsible for reporting monthly water usage.
B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open or close a fire hydrant.
C. For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter.
i. The backflow prevention assembly shall be in the form of two spring loaded ball check
valves.
ii. When filling the truck or container there shall be an air gap of at least two times the
opening diameter of the truck or container.
D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type
backflow prevention assembly.
i. All RPZ type back flow prevention assemblies must be tested and the test results
approved by the City prior to use.
ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter
and Customer Service Supervisor for approval.
E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention",
City representatives are authorized to suspend water use from a fire hydrant by a contractor
until the proper and correct backflow prevention devices are installed.
6.07.08 Protection of Existing Utilities
A. It shall be the Contractor's responsibility to properly mark (white line) the work area and
notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of
48 hours prior to construction or excavation.
B. Contractor shall locate all utility lines, including customer service lines, far enough in advance
of the trenching to make proper provisions for protecting the lines and to allow for any
deviations that may be required from the established lines and grades.
C. If required, the Contractor shall "pothole" or physically locate existing underground utilities
ahead of trench excavation.
D. Contractor will not be allowed to disrupt the service on any utility lines except customer
service lines, which may be taken out of service for short periods of time, provided the
Contractor obtains permission from the Engineering Department and from the owner of the
premises being served by the utility.
i. When a customer outage is planned, Contractor shall notify effected customer a
minimum of 24 hours in advance.
E. Contractor shall notify local utilities whenever working near gas mains or services or near
electrical or telephone cables or when the presence of these utilities is suspected in the area
of construction.
F. Contractor shall proceed with caution in the excavation and preparation of the trench so that
the exact location of underground structures, both known and unknown, may be determined.
G. Hand excavation shall be used where necessary.
H. All utility lines shall be properly supported to prevent settlement or damage to the line both
during and after construction.
I. Contractor shall be held responsible for the repair of such structures when broken or
otherwise damaged because of carelessness on their part.
J. The Contractor shall immediately notify the proper utility company of any damage to utility
lines in order that service may be established with the least possible delay. Any damage to
Section 6 57
2020 Design Standards and Specifications
Sewer Specifications
existing lines and the repair of customer lines which are authorized to be cut shall be at the
Contractor's expense, and as directed by an official representative of the utility company
involved.
K. Any permanent relocation of existing utility lines shall be done by the proper utility company.
6.07.09 Excavation and Trenching
A. The width of the trench shall provide adequate working room for installation, joining and
proper compaction along both sides of the pipe. Trenches shall conform to the following
dimensions, unless otherwise shown on the Plans:
Pipe Size
Min. Trench Width
Max. Trench Width
4" thru 12"
Pipe O.D. +12"
Pipe O.D. +18"
15" thru 21"
Pipe O.D. +18"
Pipe O.D. +24"
B. Contractor shall take all necessary precautions for protecting paved streets and drives from
being damaged by the trenching and backfilling equipment.
C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the
entire length of the pipe cylinder.
i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing
of the pipe.
D. In order to obtain a true, even grade, the trench shall be fine -graded.
i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The
depth of the fine grading material shall not exceed 3 inches.
ii. Where the trench is excavated in excess of 3 inches below grade, the material shall be
compacted to 95% Modified Proctor Density or shall be replaced with approved
bedding material.
iii. If the material being excavated is rock or other unyielding material, it shall be removed
to a depth of 3 inches below grade and replaced with approved bedding material to
grade.
E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide
clearances adequate for proper backfill and compacting on all sides.
F. All excavated material shall be placed in a manner that will not endanger the work or damage
existing structures.
6.07.10 Dewatering
A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water
during pipe laying and other related work.
B. The method of dewatering shall provide for a dry foundation at the final grades of the
excavation.
C. Water shall be disposed of in accordance with current City of Lubbock Engineering
Department requirements and in a manner that does not inconvenience the public or result in
a menace to public health.
D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is
discontinued.
E. Dewatering shall continue until such time as it is safe to allow the water to rise in the
excavation.
6.07.11 Methods of Connection
58 Section 6
2020 Design Standards and Specifications
Sewer Specifications
A. Service and main line taps and connections shall comply with current City of Lubbock Utilities
Ordinance.
B. Service Taps
i. Service taps on newly constructed mains shall be installed by the utility contractor at
the time of pipe installation.
ii. Service taps on existing, in-service mains shall be installed by City personnel or a City -
designated contractor.
C. Main Line Connections
i. Connections on existing mains shall comply with current TCEQ requirements.
ii. Connection to existing main shall be by a new manhole constructed on the existing
main or connection to an existing manhole.
iii. City Inspector must be present for any connection being installed on an existing main.
6.07.12 Pipe Installation
A. The Contractor shall be responsible for all materials intended for the Work including the safe
and proper storage of such materials until incorporated into the work.
B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined
in the manner herein specified.
i. Force mains shall be installed according to water pipe installation specifications and
current TCEQ requirements.
C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of
the work. Any material found to be defective may be rejected.
i. If rejected, the Contractor shall remove and replace such defective material at their
expense.
D. Pipe and accessories shall be handled in accordance with manufacturer's specifications.
i. Before lowering into the trench, the pipe and accessories shall be inspected for defects.
a. Any defective, damaged, or unsound pipe or other incidental materials shall not be
incorporated into the work.
ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using
suitable tools or equipment in such a manner as to prevent damage to the material.
iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the
trench.
E. Pipe shall be laid to the alignment as established on the approved plans.
i. Pipe shall be laid from lowest point to highest point.
ii. Pipe shall be laid with spigots facing in the direction of flow.
iii. Batter boards or laser beam will be required to fine grade the trench.
iv. Each time the instrument used to verify grades is moved, a shot off the hub is required
to verify setup.
v. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts
of the pipe used in forming the joint before the pipe is lowered into the trench;
a. Pipe shall be kept clean by approved means during and after laying.
b. At the times when pipe laying is not in progress, the open ends of pipe shall be
closed by approved means.
vi. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the
barrel of the pipe to rest on the bottom of the trench and to allow ample space for
properly jointing the pipe.
Section 6 59
2020 Design Standards and Specifications
Sewer Specifications
F. Pipe shall be laid so that the pipe label is facing up.
G. Pipe shall be jointed per manufacturer's requirements.
i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining.
ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat
workmanlike manner without damage to the pipe or lining.
iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall
be removed from trench, the joints cleaned and the pipe re-laid.
iv. Jointing shall be completed for all pipe laid each day.
v. No pipe shall be laid in conditions unsuitable for such work as determined by the City
Inspector.
vi. No trench water shall be permitted to enter the pipe.
H. The Engineering Department shall be notified at least 24 hours in advance of when pipe is to
be laid in any trench.
i. No pipes shall be covered or authorized for cover until they have been inspected by the
City's Inspector.
6.07.13 Marking Tape
A. Marking tape shall be installed in the same trench with all pipe during pipe installation.
i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled
"Caution: Buried Sewer Line" for gravity mains or "Caution: Buried Sewer Force Main"
for force mains.
ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of
24 inches above top of pipe.
iii. Depth of bury shall be 18 inches below top of trench.
6.07.14 Backfill around Pipe
A. Bedding
i. Bedding material shall be fine graded select sand or aggregate material conforming to
the Materials of Construction section of these Specifications and shall be a minimum of
2 inches thick.
B. Embedment
i. Embedment, including haunching under pipe and to a point 12 inches above the top of
the pipe shall be carefully placed and shall be graded embedment material conforming
to the Materials of Construction section of these Specifications.
C. Compaction
i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer's
specifications and approved mechanical means.
ii. Compaction shall be in maximum 6-inch compacted lifts.
D. Backfill
i. The remainder of the backfill shall conform to the current City of Lubbock Street
Ordinance and the City of Lubbock Utility Excavation Manual.
ii. In street or alley Right of Way or paved easements backfill shall be compacted to a
minimum of 95% modified Proctor Density.
iii. In unpaved easements the backfill shall be compacted to a minimum of 90% modified
Proctor Density. Top 12" of backfill shall be uncompacted. Top 2" of backfill shall be
top soil.
60 Section 6
2020 Design Standards and Specifications
Sewer Specifications
iv. A minimum of 12" flow fill cap under paving will be required with a minimum of 18"
under Arterial paving.
v. Flowable fill may be substituted for compacted backfill.
vi. Special situations such as state highway or railroad crossings may be subject to more
stringent requirements and shall be addressed on a case -by -case basis.
vii. Water jetting will not be allowed.
viii. See plates UEM-01 to UEM-05 for backfill details.
E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces
in a satisfactory manner until final completion and acceptance of the work.
i. The maintenance may include blading from time to time as necessary, filling
depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the
request of the City Engineer or designee and other work required to keep the streets
and roads in satisfactory condition for traffic.
ii. The Contractor shall maintain and be responsible for all paving cuts until such time as
permanent repairs are made.
6.07.15 Manhole Construction
A. The Contractor shall be responsible for all materials intended for the Work including the safe
and proper storage of such materials until incorporated into the work.
B. Manholes and other accessories shall be inspected, handled, and installed in the manner
herein specified.
C. Fiberglass manholes shall be installed per detail SS-5b.
D. Manhole components and accessories shall be inspected upon delivery and periodically during
the progress of the work. Any material found to be defective may be rejected.
i. If rejected, the Contractor shall remove and replace such defective material at their
expense.
E. Manhole Base
i. Field poured concrete bases shall be at least 12 inches thick and not less than 12
inches greater diameter than the outside diameter of the manhole riser section.
ii. Concrete shall be minimum 3,000 psi.
iii. Concrete placement shall conform to ACI and good construction practices.
iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms
or pouring rings.
v. Field poured concrete bases shall be reinforced.
vi. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans.
F. Manhole Inverts
i. Invert channels shall be smooth and semi -circular in shape conforming to the inside of
the adjacent sewer section.
ii. Changes in direction of flow shall be made with a smooth curve of as large radius as
the size of the manhole will permit.
iii. Changes in size and grade of the channels shall be made gradually and evenly.
iv. The invert channels may be formed directly in the concrete of the manhole base or
may be half -pipe laid in concrete.
v. The floor of the manhole outside the channel shall be smooth and shall slope toward
the channel not less than one inch per foot or more than two inches per foot.
G. Manhole Barrels
Section 6 61
2020 Design Standards and Specifications
Sewer Specifications
i. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be
placed vertically with tongues and grooves properly keyed.
ii. Free drop inside the manhole shall not exceed 24 inches measured from the invert of
the inlet pipe to the invert of the outlet pipe.
a. Where the drop exceeds 24 inches, an approved drop manhole shall be required.
iii. All connections between the riser or base sections and the sewer pipe shall be joined in
such a manner as to make the manholes watertight.
a. Preformed rubber waterstop gaskets shall be cast into the riser or base section.
b. Approved preformed flexible plastic sealing compounds are also acceptable, provided
water tightness is achieved.
H. Top or Cone Sections
i. Cone shaped top sections shall be assembled on top of the manhole barrel with
tongues and grooves properly keyed.
ii. On shallow lines where standard cone sections will not conform to specified elevations,
flat top sections may be considered with prior approval of the City Engineer or
designee.
I. Grade Rings
i. Grade rings shall be used for adjusting the top elevation.
a. Grade rings shall be set to the elevations shown on the Plans or established by the
City's Inspector.
b. Each manhole shall have a minimum of 6 inches of grade adjustment.
c. Total height of the grade rings shall not exceed 18-inches at any manhole.
d. Non -shrink grout shall be placed around and under the rings to provide a seal and
properly seat the rings at the required elevation.
1. Manhole Frame and Cover
i. Manhole frame and cover shall be set to the elevation shown on the plans.
ii. Non -shrink grout shall be placed around and under the frame to provide a seal and
properly seat the frame at the required elevation.
K. Inflow Prevention Device (IPD)
i. All newly installed manholes shall be equipped with an approved IPD to prevent
unwanted inflow into the sanitary sewer system.
ii. IPDs shall be installed such that lifting strap is to the North.
iii. IPDs shall comply with the Approved Materials List.
L. Water Tightness
i. Finished manholes are expected to be as watertight as the pipe system they are
incorporated into. Infiltration or exfiltration shall not exceed the limits established in
these specifications.
ii. All connections between riser sections, bases and tops shall be sealed with an
approved preformed flexible plastic joint sealing compound.
iii. Application of primer and sealing compound shall be accomplished in conformance with
the manufacturer's recommendations.
iv. Grade of materials, quantity of materials and application temperatures shall conform to
the manufacturer's recommendations.
M. Protective Lining System
i. When required for rehabilitation of an existing manhole, construction of a new 60-inch
diameter manhole or construction of a manhole serving an 18-inch diameter or larger
62 Section 6
2020 Design Standards and Specifications
Sewer Specifications
pipe, an approved protective lining or coating system shall be installed per
manufacturer's instructions. Protective lining and coating systems shall conform to the
Approved Materials List.
N. Backfilling Around Manholes
i. Backfilling around manholes shall conform to the requirements as specified for
backfilling around pipe.
ii. Embedment material shall be placed up to a point equal to that required for the
adjacent pipe.
O. Following the completion of the backfilling, the Contractor shall maintain the excavated
surfaces in a satisfactory manner until final completion and acceptance of the work.
i. The maintenance may include blading from time to time as necessary, filling
depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the
request of the City Engineer or designee and other work required to keep the streets
and roads in satisfactory condition for traffic.
ii. The Contractor shall maintain and be responsible for all paving cuts until such time as
permanent repairs are made.
6.07.16 Service Connections
A. Service connections on newly constructed mains shall be installed by the utility contractor at
the time of pipe installation.
B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility
forces.
C. Contractor shall place wyes and tees for service connections where required by the approved
construction plans on new sewer mains.
i. Wyes and tees shall be of like material as the sewer pipe.
ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical
depth of between 4 feet and 6 feet, or deeper when required.
iii. Watertight plugs shall be installed in each branch pipe or stub.
iv. Service locations shall be marked with a piece of two-inch by four -inch lumber
extended from the end of the pipe to above ground level with the above -ground
portion painted green.
6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary
Sewer Pipe and Manholes
6.08.01 Scope
A. The work covered by this section consists of the inspection, testing, approval and acceptance
of gravity flow sanitary sewers and manholes and other appurtenances normally installed as
part of this system. The work may include inspection, cleaning, leakage testing, deflection
testing and television inspection of the interior of the finished sewer system.
Section 6 63
2020 Design Standards and Specifications
Sewer Specifications
6.08.02 Quality Standards
A. The latest published revision of:
Standard
Topic
ASTM C969
Infiltration and Exfiltration Acceptance Testing of Installed
Sewer Lines
ASTM C828
Low Pressure Air Test of Sewer Lines
UNI B 6
Recommended Practice for Low Pressure Air Testing of
Installed Sewer Pipe
ASTM C1214
Standard Test Method for Concrete Pipe Sewer Lines by
Negative Air Pressure (Vacuum) Test Method
ASTM C1244
Standard Test Method for Concrete Sewer Manholes by the
Negative Air Pressure (Vacuum) Test Prior to Backfill
6.08.03 Materials
A. Water used for exfiltration tests shall be potable or as otherwise approved by the City
Inspector.
B. Equipment for tests shall be of the type, quality and capacity to perform the operations
required and shall be furnished by the Contractor.
C. All labor and materials, including water, shall be furnished at the Contractor's expense.
6.08.04 Inspection
A. City Inspector shall inspect and approve all work accomplished.
i. Testing shall be performed at the discretion of the City Inspector.
B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the
Engineering Department.
6.08.05 Cleaning
A. Contractor shall remove all foreign matter from the interior of the system prior to testing any
section of sewer pipe.
i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be
removed from the interior of the newly installed system.
ii. Flushing debris into the downstream system shall not be allowed.
B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent
dirt or debris from entering the system.
C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from
entering the system. Other means of preventing intrusion of dirt or debris may be employed if
approved by the City Inspector.
6.08.06 Pipe Testing
A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure
air test. An infiltration test may also be required if the pipeline is continuously subjected to an
exterior hydrostatic head.
B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing.
C. Testing shall be conducted by the Contractor at their own expense.
64 Section 6
2020 Design Standards and Specifications
Sewer Specifications
D. Testing shall be accomplished in the presence of the City Inspector or his authorized
representative.
E. Testing shall not commence on any portion of the pipeline until all field placed concrete in
contact with the pipe, fittings or appurtenances is adequately cured.
F. Exfiltration Test
i. The sewer line being tested may be filled with water for a period long enough to allow
water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours
and not more than 72 hours.
ii. Each section of the pipeline shall be tested between successive manholes or other
structures. The lower end of the section shall be closed with a watertight device. The
inlet end of the section to be tested shall be filled with water to a point 4 feet above
the pipe invert at the centerline of the upper manhole or structure.
a. If the ground water level is above the pipe invert, the water level in the upper
manhole shall be 4 feet above the adjacent ground water level. Ground water level
shall be determined by the Contractor, subject to approval by the City Inspector.
iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of
pipe/24 hour period.
iv. For construction within the 25-year flood plain, the infiltration shall not
exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same
minimum test head.
v. Leakage shall be measured by checking the drop in the water level in the upper
manhole or structure over a period of 4 hours.
vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to
reduce exfiltration leakage to an acceptable rate.
vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an
acceptable leakage rate is attained.
viii. Repairs required shall be at the Contractor's own expense.
G. Low -Pressure Air Test
i. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6,
"Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe,"
published by Uni-Bell Plastic Pipe Association.
ii. Low pressure air shall be slowly introduced into the sealed line until the
internal air pressure reaches 4.0 psig greater than the average backpressure
of the groundwater above the pipe.
iii. The air supply shall be throttled to maintain that internal pressure for at least 2
minutes to permit the temperature of the entering air to equalize with the temperature
of the pipe wall.
iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air
supply shall be shut off or disconnected.
v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to
3.0 psig.
Section 6 65
2020 Design Standards and Specifications
Sewer Specifications
vi. Time shall not be less than that outlined in the following table:
Pipe Diameter
(inches)
Minimum Time
(seconds)
Max Length for
Min Time (feet)
Time for Longer
Length
seconds/foot
6
340
398
0.855
8
454
298
1.520
10
567
239
2.374
12
680
199
3.419
15
850
159
5.342
18
1020
133
7.693
21
1190
114
10.471
vii. City Inspector shall witness and verify results of the test.
viii. The City Inspector may stop a test if no pressure drop loss has occurred during the
thirst 25% of the calculated testing time.
ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to
reduce leakage to an acceptable rate.
x. Contractor shall repeat the low-pressure air test after repairs are made until an
acceptable pressure drop for the test is attained.
xi. Repairs required shall be at the Contractor's expense.
H. Infiltration Test
i. Infiltration tests are acceptable only if the pipeline is continuously subjected to an
external hydrostatic head (ground water level) of at least 2 feet above the top of the
pipe at the upstream manhole or structure.
ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and
measuring the volume of water that infiltrates into the section being tested.
a. Flow measurement may be measured by collecting the discharge into a volumetric
measuring container, weir or other approved method.
iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to
soak lines and manholes in advance of performing test.
iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of
pipe/24 hour period.
v. For construction within the 25-year flood plain, the infiltration shall not
exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same
minimum test head.
vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to
reduce the infiltration to an acceptable rate.
vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an
acceptable infiltration rate is attained.
viii. All repairs required shall be at the Contractor's own expense.
ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount,
the Contractor shall be notified in writing. The Contractor may then be required to
provide, at their own expense, video inspection of the interior of the conduit. The
Contractor shall make appropriate repairs by methods approved by the City Engineer or
designee and shall continue to test the conduit until it is proven satisfactory.
66 Section 6
2020 Design Standards and Specifications
Sewer Specifications
6.08.07 Video Inspection
A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera
prior to final acceptance.
i. Initial video inspection shall be at the Contractor's own expense.
Video equipment expressly designed for pipeline inspection purposes and operated by
experienced and qualified personnel shall be pulled through the entire pipeline.
i. Video equipment operator shall maintain a log of all inspections and note location, type
and extent of any deficiencies.
ii. Video equipment operator shall also photograph all deficiencies and not less than one
"typical" location per each 500 feet of pipeline inspected.
C. Contractor shall bear all costs incurred in correcting deficiencies found during the video
inspection, including cost of additional video inspection required to verify correction of noted
deficiencies.
D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own
expense.
6.08.08 Deflection Test
A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has
been installed and backfilled.
i. The deflection test shall be conducted by pulling a mandrel (go no-go device) through
the pipe.
ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at
least 1.5 pipe diameters in length.
iii. The mandrel shall be constructed with an odd number of runners placed parallel to the
pipe centerline and equally spaced around the perimeter of the mandrel.
iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector.
v. Test equipment, calibration data and procedures shall be subject to the approval of the
City Inspector.
vi. Deflection test cannot be performed until 30 days after final backfill per Title 30 Texas
Administrative Code Chapter 217.57(b)(4).
Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal
diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed
and replaced or excavated, re -bedded, backfilled and retested.
C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at
their own expense.
D. Deflection test may be conducted concurrently with the video inspection of the pipe interior,
subject to approval by the City Inspector.
6.08.09 Manhole Testing
A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines
by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City
Inspector. An infiltration test may also be required if the manhole is continuously subjected
to an exterior hydrostatic head.
Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing.
C. Testing shall be conducted by the Contractor at their own expense.
Section 6 67
2020 Design Standards and Specifications
Sewer Specifications
D. Testing shall be accomplished in the presence of the City Inspector or his authorized
representative.
E. Testing shall not commence on any portion of the pipeline until all field placed concrete in
contact with the pipe, fittings or appurtenances is adequately cured.
F. Vacuum Test
i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device.
ii. All lift holes and exterior joints shall be plugged with a non -shrink grout.
a. No grout shall be placed in horizontal joints prior to testing.
iii. The manhole opening shall be sealed by a method approved by the City Inspector.
iv. Vacuum test shall be in accordance with ASTM 1244-11.
v. The Contractor shall have the option to repeat the vacuum test one time after repairs
vi. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test
shall be performed.
vii. All repairs required shall be at the Contractor's own expense.
G. Exfiltration Test
i. All inlet and outlet pipes in the manhole shall be plugged with a watertight device.
ii. The manhole being tested may be filled with water for a period long enough to allow
water absorption into the manhole. The saturation period shall be a minimum of 4
hours and not more than 72 hours.
iii. Test shall be conducted with the manhole filled with water to the top of the cone
section.
iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of
manhole depth/hour over a 4 hour period.
v. The Contractor shall repeat the exfiltration test after repairs until an acceptable
leakage rate is attained.
vi. All repairs required shall be at the Contractor's own expense.
H. Infiltration Test
i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected
to an external hydrostatic head (ground water level) at least 2 feet above the top of
the conduit. Ground water level shall be determined by the Contractor, subject to
approval by the City Inspector.
ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The
volume of water that infiltrates into the manhole during a 4 hour period shall be
measured in a manner determined by the City Inspector.
iii. The test shall be conducted after the manhole has been subjected to the maximum
ground water level for at least 4 hours to thoroughly saturate the manhole wall.
iv. The allowable infiltration shall not exceed 0.025 gallon/foot of
diameter/foot of manhole depth/hour during a 4 hour test.
v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable
leakage rate is attained.
vi. All repairs required shall be at the Contractor's own expense.
6.08.10 Approval
A. Final approval of sewer lines and manholes shall be based on an inspection covering all items
in this specification and other approved plans and material. The inspection shall be done in an
appropriate manner by representatives of the City Engineer or designee.
68 Section 6
2020 Design Standards and Specifications
Sewer Specifications
B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at
their own expense.
C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and
corrections are completed.
6.08.11 Acceptance
A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until
the new sewer lines and manholes has been satisfactorily completed and accepted for use by
the City Engineer or designee.
B. Portions of the work completed may be placed in operation after all cleaning, testing and
inspection requirements have been fulfilled. Such partial use or partial acceptance shall be
subject to approval of the City Engineer or designee.
6.09 Lift Station
6.09.01 Lift station design must conform to the most recent TCEQ design criteria.
6.09.02 Site Layout
A. Lift station site location shall be approved by the City Engineer or designee.
B. Site shall be chosen to provide the least negative impact to surrounding existing and future
development.
C. The station site shall be located so it may serve as much of the entire sewer drainage basin as
possible. This may require that the station be located off -site of the development.
D. The station site shall be protected from the 100-year flood plain and shall be accessible during
the 25-year storm event.
E. Lift station site and associated access road shall be located in a dedicated right-of-way or
permanent easement.
i. Access road shall be a minimum 12-foot wide all-weather surface.
ii. Additional staging and parking area shall be provided.
iii. Station grounds shall be minimum 5-inch thick, aggregate road base material.
F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle
gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are
accessible by service vehicles.
G. Lift station shall have bypass capability.
H. Lift station shall have lightning protection for all electronic components.
I. Lift station site shall be illuminated by a security light system.
J. Lift station shall be fitted with SCADA antennae.
6.09.03 Dry Well
A. Dry well shall have separate, dedicated entrance with ladder.
B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian -
rated aluminum hatch.
C. Provisions shall be made for water removal from the dry well.
D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having
an active ventilation blower.
Section 6 69
2020 Design Standards and Specifications
Sewer Specifications
6.09.04 Wet Well
A. Wet wells must be enclosed by water -tight and gas -tight walls.
B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List.
C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated
entrance.
i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian -
rated aluminum safety hatch.
ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch
pedestrian -rated aluminum hatch or as required to adequately maintain the wet well
pumps and components.
D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is
above the level of the system's "on" setting.
E. All piping within wet well shall be PVC with flanged fittings.
F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all
base plates.
G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain.
H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar
brackets.
I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition.
J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having
an active ventilation blower.
K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe.
6.10 Restoration and Clean U
6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks,
gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to
a condition equal to that before the work began and to the satisfaction of the City Engineer
or designee.
6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by
the Contractor shall be reconstructed as required by the current City of Lubbock Street
Ordinance.
6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed
irrigator, with materials equal to the existing system and in compliance with current
applicable codes.
6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials
shall be removed from the jobsite and legally disposed.
6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the City
Engineer or designee.
70 Section 6
2020 Design Standards and Specifications
Sewer Specifications
6.11 Warrantv and Acceptance
6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written
notice that the improvements have been substantially completed, the City shall inspect the
completed improvements and provide a punch list if necessary.
A. If it is mutually determined that the improvements have been constructed in accordance with
the engineering plans and the City of Lubbock Engineering Minimum Design Standards and
Specifications, the Developers Engineer shall submit Record Drawings, Certificate of
Completion and Developers Warranty Statement (Copies of the Certificate of Completion and
the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum
Design Standards and Specifications)
B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the
Developers Warranty Statement, the City will accept improvements within 30 calendar days;
unless exception is given in writing.
C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or
Contractor of responsibility related to warranty of materials or workmanship.
D. The Developer shall remedy any defects due to faulty materials or workmanship that appear
within 1 year from the date of acceptance by the City of Lubbock.
Section 6 71
2020 Design Standards and Specifications
Sewer Specifications
72 Section 6
2020 Design Standards and Specifications
Approved Materials List
SECTION 7
APPROVED MATERIALS AND MANUFACTURERS LIST
7.01 Introduction
7.01.01 This section lists specific products and manufacturers that have been approved for use
within the City of Lubbock water and sanitary sewer system.
7.01.02 This listing is intended to be used as a reference source for Water Utilities employees,
design engineers, developers, contractors and vendors.
7.01.03 Materials produced by manufacturers not listed herein are not acceptable for use within the
City's system.
7.01.04 Manufacturers interested in submitting products for evaluation and possible approval
should submit a written request in accordance with the procedures listed below.
7.02 Product Submittal Procedures
7.02.01 Written requests should be sent to the attention of "City Engineer, City of Lubbock, PO Box
2000, Lubbock, Texas 79401".
7.02.02 Written requests shall include the following:
A. A complete Application for New Product(s) (See Appendix A-1)
B. Four (4) copies of the following documents:
i. A list of all applicable standards regarding the product and certification (AWWA, ANSI,
ASTM, etc.)
ii. Adequate shop drawings and design information (brochures and other product
information)
iii. Location of the manufacturer's plant
iv. Location of the nearest local distribution point and retail outlet
v. A list of any special tools, fittings or methods of construction required for installation
and/or maintenance
vi. Spare parts and service availability information
vii. A 5-year history of the product documenting its performance
viii. Warranties
ix. Product sample (where appropriate)
x. User references, with contact person and telephone numbers (Specifically in the State
of Texas)
A. Life cycle costs (where appropriate)
xii. A statement of why the approval of the product would be beneficial to City of Lubbock
C. Applicant shall send a formal review meeting request to the City Engineer or designee.
D. All submissions shall be made at least 30 days prior to the meeting at which review is
requested.
Section 7 73
2020 Design Standards and Specifications
Approved Materials List
7.03 Evaluation Process
7.03.01 Product evaluation will be conducted by the City Engineer or designee or their designee.
A. Review shall include:
i. Conformance with the City of Lubbock Minimum Design Standards and Specifications.
ii. Comments made by contractors, engineers, developers, suppliers, etc.
iii. Any other matters regarding the design, construction and implementation of the
proposed product into the City of Lubbock water and sanitary sewer system.
B. Applicant may be requested to make a brief presentation regarding the product.
Representatives shall be knowledgeable on product use, locations, design and reference
checks. The representative shall also have the authority to approve a trial run in City of
Lubbock.
7.04 Approval Process
7.04.01 The decision of the City Engineer or designee is final.
7.04.02 For each product that has been submitted, one of the following recommendations will be
made:
A. Approval for Use
i. This approves a product for use throughout the City's service area.
ii. The City Engineer or designee may withdraw the Approval for Use status for violation
of the City of Lubbock Minimum Design Standards and Specifications.
iii. All use of the product will be in conformance with the manufacturer's specifications and
good engineering practices.
B. Conditional Approval for Use
i. This approves a product for use throughout the City's service area; however, the
product will be reviewed periodically to ensure that no unforeseen installation or
maintenance problems have risen and that quality assurance/quality control meet City
Standards.
ii. After a suitable period of field observation, this approval may be upgraded to Approval
for Use status. The frequency of review and the length of field observation period will
be determined by the City Engineer or designee.
iii. If, during the field observation period, problems with installation, operation or
maintenance of the product are observed, the City Engineer or designee may
downgrade the status of the product to Disapproved for Use.
iv. The City Engineer or designee may withdraw the Conditional Approval for Use status
for violation of the City of Lubbock Minimum Design Standards and Specifications.
v. All use of the product will be in conformance with the manufacturer's specifications and
good engineering practices.
C. Limited Approval for Use
i. This approves a product for use only in certain sites or projects within the City's service
area. The City Engineer or designee will determine where the product can be used.
ii. The product will be reviewed periodically to ensure that no unforeseen installation,
operation or maintenance problems have arisen.
iii. After a suitable period of field observation, this approval may be upgraded to
Conditional Approval for Use or Approval for Use status. The frequency of review and
74 Section 7
2020 Design Standards and Specifications
Approved Materials List
the length of the field observation period will be determined by the City Engineer or
designee.
iv. If, during the field observation period, problems with the installation, operation or
maintenance of the product are observed, the City Engineer or designee may
downgrade the status of the product to Disapproved for Use.
v. The City Engineer or designee may withdraw the Limited Approval for Use status for
violation of the City of Lubbock Minimum Design Standards and Specifications.
vi. All use of the product will be in conformance with manufacturer's specifications and
good engineering practices.
D. Disapproved for Use
i. The product may not be used anywhere within the City's service area.
ii. If a product has been given a Disapproved for Use status by the City Engineer or
designee, the product may not be resubmitted for review unless significant changes
have been made to the product.
iii. The City Engineer or designee will not reconsider a product Disapproved for Use until
at least twelve (12) months have passed from the date of disapproval.
E. Insufficient Information
i. Not enough information was provided to evaluate the product.
ii. Upon receipt of requested additional information, the City Engineer or designee will
reevaluate the product.
iii. If, upon reevaluation, it is determined that not enough information was provided a
Disapproved for Use status will be given.
7.04.03 Design Changes of Approved Products
A. After the approval of a product, the manufacturer or their representative shall inform the City
Engineer or designee, in writing, of any modifications in design or material. Such changes
may require further evaluation and approval.
7.04.04 Withdrawal of Approval
A. The City Engineer or designee may withdraw any approval as a result of a design change,
field observation, testing, product failure, or other factors that, in the opinion City Engineer or
designee, warrant such withdrawal.
Section 7 75
2020 Design Standards and Specifications
Approved Materials List
7.05 Water
7.05.01 Water Pipe
A. Polyvinyl Chloride (PVC) 4-inch to 24-inch
i.
AWWA C900 or C905; Minimum DR-18
ii.
Manufacturers:
a.
CertainTeed
(1) Certa-Lok
b.
Diamond Plastics
c.
JM Eagle
(1) Blue Brute
(2) Big Blue
(3) Eagle Loc 900
d.
North American Pipe
e.
Northern Pipe Products
f.
Pipelife Jetstream
g.
VinylPlex, Inc.
h.
Royal Building Products
B. High Density Polyethylene (HDPE)
i.
AWWA C906, PE 4710, Minimum DR11, Pressure Class 200
ii.
Manufacturers
a.
Chevron
b.
JM Eagle
c.
Plexco
C. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint
i. AWWA C151 Minimum Thickness Class 50
ii. Manufacturers
a. American Cast Iron Pipe
b. Griffin Pipe Products
c. McWane Pipe
d. U.S. Pipe and Foundry
D. Concrete Cylinder Pipe
i. AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe
ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe
iii. Manufacturers:
a. Forterra
7.05.02 Fittings: (Bends, Crosses, Tees and Offset Glands)
A. Ductile Iron; Compact
B. AWWA C110 and C-153
C. Manufacturers:
i. American Cast Iron Pipe
ii. Griffin Pipe Products
76 Section 7
2020 Design Standards and Specifications
Approved Materials List
iii. McWane Pipe
iv. Sigma Corporation
v. Star Pipe Products, Inc.
vi. Tyler Pipe and Foundry Utilities
vii. U.S. Pipe and Foundry
7.05.03 Couplings (Transition or Straight), Non -Restrained
A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion
bonded epoxy coating; standard length body.
B. Manufacturers
i. Dresser
ii. Ford
iii. JCM Industries
iv. Romac
v. Smith -Blair
7.05.04 Resilient Wedge Gate Valves, 4-inch through 12-inch
A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating.
B. AWWA C509 and C515
C. Manufacturers
i. American AVK
ii. Clow
iii. Darling
iv. EJIW
v. Mueller
vi. M & H Model 4067
7.05.05 Butterfly Valves — 16-inch and Greater, with gearing if required by manufacturer
A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating.
B. AWWA C504
C. Manufacturers
i. DeZurik
ii. Mueller
iii. M & H
7.05.06 Fire Hydrants
A. AWWA C502
B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle
C. Factory painted orange
D. Manufacturers
i. American Darling Model B-84-B
ii. East Jordan Iron Works
Section 7 77
2020 Design Standards and Specifications
Approved Materials List
iii. Clow Medallion
iv. Mueller Centurion
v. M & H Style 129-09
vi. American AVK
7.05.07 Fire Hydrant Raised Pavement Marker
A. Manufacturer
i. Stimsonite Model 80
7.05.08 Service Saddles
A. Epoxy coated ductile iron body; Double band with SS bands and bolts
B. AWWA C800
C. 1-inch
i. Female AWWA Taper threads (CC or CS)
ii. Manufacturers
a. Ford
b. JCM Industries
c. Mueller
d. Romac Industries, Inc.
e. Smith -Blair
f. PowerSeal Pipeline Products
D. 2-inch
i. Female iron pipe threads
ii. Manufacturers
a. Ford
b. JCM Industries
c. Mueller
d. Romac Industries, Inc.
e. Smith -Blair
f. PowerSeal Pipeline Products
7.05.09 Corporation Stops
A. Full Port Ball Valve
B. AWWA C800
C. 1-inch
i. Male AWWA Taper threads (CC or CS) by flared copper or compression
ii. Manufacturers
a. A. Y. McDonald
b. Ford
c. Mueller
D. 2-inch
i. Male iron pipe threads by flared copper or compression
ii. Manufacturers
a. A. Y. McDonald
78 Section 7
2020 Design Standards and Specifications
Approved Materials List
b. Ford
c. Mueller
7.05.10 Service Tubing
A. Copper Tubing
i. ASTM B88
ii. Flared copper fittings
iii. 1-inch
a. Type K - Soft
iv. 2-inch
a. Type K - Hard
B. Polyethylene Tubing (PET and PEXa);
i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue
ii. Slip Fittings
a. Ford - Ultratite
b. Mueller - Instatite
iii. Manufacturers
a. Endot — Endopure PE 4710 — 1-inch only
b. NuMex PE 4710 — 1-inch only
c. Rehau — Municipex PEXa — 1-inch, 1.5-inch or 2-inch
d. Silverline — Sil-O-Flex PE 3408 or 4710 — 1-inch only
e. Ultraline — Driscoplex 5100 Series PE 4710 — 1-inch only
7.05.11 Curb Stops
A. Full Port Ball Valve
B. 360 degree rotation
C. AWWA C800
D. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that
meter nut can be replaced without removing valve from operation.
E. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron
pipe threaded brass bushing on outlet side of curb stop.
F. 1-inch and 2-inch
i. Flared copper or compression by female iron pipe threads with meter swivel nut.
ii. Manufacturers
a. A. Y. McDonald
b. Ford
c. Mueller
7.05.12 Compression Fittings
A. Compression fittings shall be quick joint type.
B. Manufacturers
i. Mueller Insta-Tite Connection
ii. Ford Ultra-Tite Connection
Section 7 79
2020 Design Standards and Specifications
Approved Materials List
7.05.13 Tapping Sleeves
A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange
B. Epoxy coated with stainless steel bolts and nuts
C. Manufacturers
i. Ford FAST
ii. JCM Industries #469
iii. Smith Blair #662
iv. ROMAC #SST
v. PowerSeal Pipeline Products
7.05.14 Resilient Seat Wedge Tapping Valves
A. AWWA C509
B. Manufacturers:
i. American
ii. Clow
iii. EJIW
iv. Mueller
v. M & H
vi. U. S. Pipe
7.05.15 Water Meter Boxes and Vaults
A. Manufacturers
i. Boxes for 1" meters
a. DFW Plastics model DFW38FWP-18-AF1QF1 SMALL LID
ii. Boxes for 1.5" or 2" meters
a. DFW Plastics model DFW1324C-AFiQF SMALL LID
7.05.16 Double Check, Double Detector Check and Reduced Pressure Principle Devices
A. American Society of Sanitary Engineering Seal Approval
B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications.
C. Manufacturers
i. Ames
ii. Febco
iii. Watts
iv. Wilkins
7.05.17 Backflow Preventer Box
A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060
B. Manufacturers
i. EZ Box Model HEZ
ii. Hot Box
iii. Safe-T-Cover
80 Section 7
2020 Design Standards and Specifications
Approved Materials List
7.05.18 Air Release Valves
A. Manufacturers
i. APCO
ii. ARI
iii. Crespin
7.05.19 Flushing Hydrants
A. Manufacturers
i. Kupferle
7.05.20 Sampling Stations
A. Manufacturers
i. Kupferle
7.05.21 Valve boxes
A. Cast -Iron slip type
B. Manufacturers
i. EJIW
ii. Sigma
iii. Star Pipe
7.05.22 Pipe Restraints
A. ASTM F1674
B. Manufacturers
i. EBAA Iron, Inc.
ii. Ford
iii. Romac
iv. Sigma
v. Smith -Blair
vi. Star Pipe Products, Inc.
vii. Tyler Union
viii. AccuCast
7.05.23 Casing Spacers
A. Manufacturers
i. Advance Products
ii. BMW
iii. Cascade
iv. CCI Pipeline
V. Culpico
vi. PSI
7.05.24 Precast Concrete Vaults, HS-20 Rated
A. Manufacturers
i. Hanson Pipe and Products
Section 7 81
2020 Design Standards and Specifications
Approved Materials List
ii. Vaughn Concrete Products
7.05.25 Waterline Marker
Manufacturers
a. Blackburn
b. Carsonite International
82 Section 7
2020 Design Standards and Specifications
Approved Materials List
7.06 Sanitary Sewer
7.06.01 Gravity Sewer Pipe
A. Polyvinyl Chloride (PVC) Pipe
i.
6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35
ii.
18-inch thru 48-inch: ASTM F679, Minimum Class PS-46
iii.
Fittings ASTM D1784
iv.
Gaskets ASTM F477
v.
Manufacturers
a.
Certainteed Corporation
b.
Diamond Plastics
c.
GPK (Fittings Only)
d.
Harco (Fittings Only)
e.
JM Eagle
f.
Multi Fittings (Fittings Only)
g.
National Pipe and Plastics Ever -Green Sewer Pipe
h.
North American Pipe ASTM D3034
i.
Plastic Trend (Fittings Only)
j.
VINYL Plex (Fittings Only)
k.
Royal Building Products
B. PVC Corrugated Sewer Pipe with Smooth Interior
i.
ASTM F949, ASTM F794
ii.
Manufacturer
a.
Diamond Plastics
C. High Density Polyethylene (HDPE)
i. ASTM F714
ii. Manufacturers
a. Chevron
b. JM Eagle
c. Plexco
D. Ductile Iron (DIP)
i. AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining
ii. Manufacturers
a. American Ductile Iron Pipe
b. Griffin Pipe Corporation
c. McWane
d. U.S. Pipe and Foundry Company
E. Steel Reinforced Polymer Concrete
i. ASTM D6783
ii. Manufacturers
a. U. S. Composite Pipe
F. Polypropylene Corrugated Dual Wall and Triple Wall
i. 12-inch thru 30-inch: ASTM F2736
Section 7 83
2020 Design Standards and Specifications
Approved Materials List
ii. 30-inch thru 60-inch: ASTM F2764
iii. Manufacturer
a. ADS Sanitite HP
7.06.02 Pressure Sewer Pipe
A. Polyvinyl Chloride (PVC)
i. AWWA C900 Minimum Class DR25
a. Manufacturers
(1) Diamond Plastics
(2) JM Eagle
(3) North American Pipe
ii. SDR26 Class 160
a. Manufacturers
(1) Diamond Plastics
(2) JM Eagle
(3) North American Pipe
B. Ductile Iron (DIP)
i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining
ii. Manufacturers
a. American Ductile Iron Pipe
b. Griffin Pipe Corporation
c. U. S. Pipe and Foundry Company
C. High Density Polyethylene (HDPE)
i. AWWA: C906, Minimum Pressure Class 160
ii. Manufacturers
a. Chevron
b. JM Eagle
c. Plexco
7.06.03 Manholes
A. Precast Concrete Manholes
i. ASTM C478
ii. Manufacturers
a. Hanson Building Products
b. South Plains Concrete Products
c. The Turner Company
d. Vaughn Concrete Products
B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners
i. ASTM D3753
ii. Manufacturer
a. LF Manufacturing
b. Containment Solutions
C. Composite Manholes
i. Amarok
84 Section 7
2020 Design Standards and Specifications
Approved Materials List
ii. US Composite Pipe
7.06.04 Manhole Frames and Covers
A. ASTM A48, Class 3513, AASHTO M-306
B. Standard Solid Cover
i. Manufacturers
a. East Jordan Iron Works
C. Watertight Frame and Cover
i. Manufacturers
a. East Jordan Iron Works
b. Rexus
7.06.05 Manhole Coatings/Protective Lining System
A. Manufacturers
i. A-Lok - Dura Plate 100 PVC Liner
ii. Raven 405
iii. Tnemec — Series 436 PermaShield
7.06.06 Gaskets and Flexible Manhole Connections
A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole
manufacture. Manhole openings shall be made by hole -formers inserted during manufacture.
B. Manufacturers
i. Press -Seal Gasket Corp.
ii. A-Lok
iii. International Precast Supply
iv. NPC
7.06.07 Internal Chimney Seals
A. ASTM C923
B. Manufacturers
i. Cretex
ii. NPC
7.06.08 Manhole Joint Seals
A. Sealant per ASTM C990
B. 0-ring gaskets meeting ASTM C443 and ASTM C1628.
7.06.09 Manhole Joint Wrap (in addition to O-ring specified above)
A. Manufacturers
i. Ram Nek
ii. ConSeal CS 102
7.06.10 Manhole Joint Sealers
A. Butyl Mastic
Section 7 85
2020 Design Standards and Specifications
Approved Materials List
B. Manufacturers
i. Ram Nek
7.06.11 ConSeal CS 102Inflow Prevention Device
A. Non -Corrodible with self cleaning gas relief and vacuum relief valves
B. Manufacturers
i. L.F. Manufacturing Inc. - Rain Guard
ii. No Flow -In Flow
iii. The Man Pan
iv. Southwestern Packing and Seals, Inc. - Rainstopper
7.06.12 Polyethylene Slope Adjusting Ring
A. ASTM D1248
B. Manufacturers
i. Ladtech
7.06.13 Saddles
A. Manufacturer
i. NDS
7.06.14 Cleanout Cover
A. Manufacturer
i. East Jordan Iron Works
7.06.15 Valves — Must Be Approved for Use in Wastewater Application
A. Plug, Full Port
i. Manufacturers
a. DeZurik
B. Resilient Seat Gate
i. AWWA C509
ii. Manufacturers
a. American Flow Control
b. Clow
c. M & H
d. Mueller
e. U.S. Pipe
C. Swing Check
i. Manufacturer
a. Golden Anderson
b. M & H
c. Val-Matic
7.06.16 Backwater Valve for Manhole Vent
A. Manufacturer
86 Section 7
2020 Design Standards and Specifications
Approved Materials List
i. Josam
7.06.17 Lateral Backwater Valve
A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1
B. Manufacturer
i. John Stephens
ii. Plastic Trends
iii. Smith Floodgate
7.06.18 Sewage Combination Air/Vacuum Valve
A. Manufacturers
i. APCO/Willamette
ii. ARI
iii. Golden Anderson Industries
7.06.19 Sanitary Sewer Marker
A. Manufacturers
i. Blackburn
ii. Carsonite International
7.06.20 Wastewater Pumps
A. Manufacturer
i. Flygt N-Pump
Section 7 87
2020 Design Standards and Specifications
Approved Materials List
7.07 Water and Sanitary Sewer Svstems
7.07.01 Modular Wall Seal
A. EPDM with stainless steel nuts and bolts
B. Manufacturer
i. Thunderline
ii. Pipe Seal
iii. Link Seal
7.07.02 Vault Doors
A. Type K heavy duty aluminum double leaf door, H-20 rated
B. Manufacturers
i. Bilco
ii. Halliday
iii. USF Fabrication, Inc.
7.07.03 Tracer Wire
A. 12-gauge
B. Manufacturers
i. Copperhead
ii. Southwire
7.07.04 Marking Tape
A. 3-inch width, Sewer — green, Water - blue
B. Manufacturers
i. Presco Prodcuts
ii. Terra Tape
88 Section 7
2020 Design Standards and Specifications
Approved Materials List
7.08 Street Construction
7.08.01 Detectable warning surface for handicap ramps
A. Manufacturers
StronGo Industries — Tek Way Dome Tiles
7.08.02 Fiber Reinforcement
A. Manufacturers
i. BASF macro fibers
Section 7 89
2020 Design Standards and Specifications
Approved Materials List
90 Section 7
2020 Design Standards and Specifications
Streets and Drainage Specifications
SECTION 8
STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE
CONSTRUCTION
8.01 General
8.01.01 The construction and materials for any City of Lubbock Engineering paving or drainage
improvements project shall conform to the following specifications and associated standard
details.
A. Any construction or materials failing to meet the requirements of these specifications or the
standard details shall be removed and replaced at the Contractor's own expense.
B. No consideration will be given to requests for reduced payments for construction or materials
not in conformance with these specifications and the plan sheets.
8.01.02 The term Engineer used in these specifications shall refer to the City of Lubbock City
Engineer or an individual designated by the City Engineer to administer these specifications
and associated plans.
8.01.03 The Engineer may require certificates from manufacturers certifying that materials or
equipment to be incorporated into the work meet these specifications.
A. Material Safety Data Sheets (MSDS) shall be required on all materials.
B. All materials or equipment shall be subject to approval by the Engineer before being
incorporated into any project.
C. After approval, the source and/or character of materials shall not be changed without written
authorization by the Engineer.
8.01.04 Streets to be constructed in a location where the traffic is expected to consist of an
unusual number of trucks or other heavy vehicles shall have an approved pavement
structure design specific to that loading condition.
8.01.05 All construction covered by these specifications shall be in compliance with the City of
Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets,
Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as
applicable.
8.01.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests,
procedures, quality standards, or requirements which are included in these specifications
or any associated plans shall be the latest edition and revision thereof.
A. When information indicated on the plan sheets is in conflict with these specifications, the
more stringent requirement shall govern, unless the City Engineer or designee gives written
approval for a specific variance.
8.01.07 Storm Water Pollution Prevention Plan (SWP3)
A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock
Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan.
B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria
developed by the North Central Texas Council of Governments.
Section 8 91
2020 Design Standards and Specifications
Streets and Drainage Specifications
C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the
construction until final stabilization.
8.02 Design Standards
8.02.01 The following design standards shall apply to all paving and drainage improvements
associated with construction of new subdivisions.
A. If unusual site conditions necessitate design criteria different from these requirements,
changes will be permitted only if specifically approved by the City Engineer.
8.02.02 Street Crown Elevations
A. All street paving shall incorporate a centerline crown at the following listed elevation unless
otherwise indicated on plans, or as directed by the Engineer:
Pavement Width
Face of Curb to Face of Curb
Finished Paving Surface
Above Gutter
32 feet
0.52 feet
36 feet
0.58 feet
42 feet
0.67 feet
46 feet
0.73 feet
66 feet
1.03 feet
88 feet
1.18 feet
i. The widths listed above refer to the total proposed future full width of street.
ii. Where there is a difference in elevation between top of opposite street curbs, the
crown elevation shall be adjusted such that the cross slopes are 2.0 percent minimum
and 4.0 percent maximum.
8.02.03 Minimum Grades
A. All street paving shall comply with the following minimum slopes unless otherwise approved
by the City Engineer:
Location
Finished Grade Sloe
Linear Curb and Gutter
0.20
Curb and Gutter in Cul-De-Sacs
0.30
Concrete Dips, Valley Gutters and Fillets
0.35
Concrete Alley Paving
0.20
Concrete Drainage Channel
0.20
Fall Around Curb Radii
0.80
B. Asphalt dips shall not be used in the place of concrete dips or valley gutters.
8.02.04 Vertical Alignment Requirements
A. Vertical curves are required if the change in grade is greater than the following maximums:
Street Classification
Maximum change in grade
Residential
2
Collector
1
Thoroughfare
0.5
92 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
B. Vertical curves are to be a minimum of 100' long and shall be designed for a speed of 5 MPH
greater than the posted speed limit.
C. The minimum gutter slope in a sag vertical curve shall be 0.2%, while a crest vertical curve
has no minimum.
8.03 Testina and Inspection
8.03.01 All work shall be inspected and tested by a representative designated by the City Engineer,
who shall have the authority to halt construction when, in their opinion, construction is
being performed contrary to these specifications or associated plans.
A. Whenever any portion of these specifications or associated plans is violated, the Engineer may
order the portion of construction that is in violation to cease until such violation is corrected.
8.03.02 Contractor shall cooperate with the Engineer in providing for sampling and testing
procedures.
A. The contractor shall provide at least a 2 hour notification to the City Inspection Staff prior to
requesting any inspection services.
B. In the event the City tests indicate out of specification materials, additional tests may be
provided by the contractor at their own expense.
C. Conflicting tests provided by the contractor will not automatically be considered as compliance
with City specifications, but will be considered only as additional information to be used by the
Engineer to determine the compliance of the material or construction in question.
8.03.03 The testing and inspection provided by the City is intended only to verify that materials and
construction comply with plans and specifications. The City's testing and inspection efforts
are not intended to replace the contractor's responsibility to comply with the specifications.
A. With respect to new material sources, or where the City lab has determined materials or
construction do not comply with these specifications, the City will not re -test until the
contractor has provided their own testing to demonstrate the materials and construction are
in compliance with the plans and specifications.
8.03.04 Upon completion of construction, the Contractor will apply sufficient water to all paving
improvements within the project to ensure all surfaces meet drainage requirements and
are in compliance with these specifications.
8.04 Notification of Property Owners
8.04.01 The contractor shall be responsible for maintaining positive communication with adjacent
property owners.
8.04.02 The contractor shall provide two days notice to all affected property owners with respect to
pending construction, and restriction of access or driveway locations.
8.05 Protection of Utilities and Irrigation Systems
8.05.01 The plans show only approximate locations of utilities as obtained from various utility
companies.
A. It is not implied that all utilities or their accurate locations are shown on the plans.
8.05.02 It is the contractor's responsibility to become familiar with all utilities and locations.
Section 8 93
2020 Design Standards and Specifications
Streets and Drainage Specifications
A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility
notification and protection, including Underground Facility Damage Prevention Notification
Centers.
The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities
to be identified prior to construction.
8.05.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe,
manholes, storm sewers, water lines, valves and boxes, communication cables, power
cables, gas lines, nor any other pipe or utility. The contractor will be responsible during
the construction period for damages to any utilities.
8.05.04 Irrigation systems affected by construction shall be properly repaired by a licensed
irrigator, with materials equal to the existing system, and in compliance with current
applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer
prior to being covered.
8.05.05 If construction activities block the flow of water, then standing water shall be pumped off
existing paving daily.
8.06 Water for Construction
8.06.01 Water is available from fire hydrants for construction purposes.
A. To use City water for construction the contractor shall acquire a water meter for use on a City
fire hydrant and will be charged the applicable rate for the quantity of water used.
The contractor shall contact Lubbock Power and Light Customer Service Department to
establish a utility account. The contractor must pay a deposit for each fire hydrant meter and
will be responsible for all charges associated with that account.
C. Once an account is established and the deposit is paid, the contractor may pick up a meter
from the City Water Department at 600 Municipal Drive.
8.06.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open and close a fire hydrant.
8.06.03 For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter.
A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves.
When filling the truck or container there shall be an air gap of at least two times the opening
diameter of the truck or container.
8.06.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type
backflow prevention assembly.
A. All RPZ type back flow prevention assemblies must be tested and the test results approved by
the City prior to use.
The test results shall be sent to the City of Lubbock Public Works Department, Meter and
Customer Service Supervisor for approval.
8.06.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow
Prevention", City representatives are authorized to suspend water use from a fire hydrant
by a contractor until the proper and correct backflow prevention devices are installed.
94 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
8.07 Concrete
8.07.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley
gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and
drainage improvements.
A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM
C94.
B. The concrete shall be transported to the project location in approved Revolving Drum Agitator
Trucks, and shall be placed within one hour of mixing time. The concrete shall be
continuously mixed during transit.
C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete
above this temperature will be rejected and shall be removed from the job site.
D. No more than eight cubic yards of concrete shall be loaded in a Revolving Drum Agitator
Truck and transported to the job site. Loads in excess of eight cubic yards will be rejected and
shall be removed from the job site.
E. Admixture for increasing and or decreasing air shall be a temporary solution while the batch
plant makes adjustments. A maximum of three loads may be treated per plant per day.
F. No patching of any nature shall be allowed in repairing any damage to concrete
improvements. Where damage occurs, the section shall be removed to the nearest joints and
shall be replaced with new construction. Small cracks with no evidence of displacement may
be repaired with epoxy, only where approved by the Engineer.
G. All concrete shall have 5 percent, minus 1.5 percent to plus 1.5 percent, air content in
conformance with ASTM C231.
H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all
concrete ingredients, including cement, aggregates, water, and admixtures.
I. Load tickets must be computer generated.
8.07.02 Classification
A. The following City of Lubbock classes of concrete shall be used:
Class
Typical Uses
A
Curb and gutter, sidewalks, curb ramps, drainage channels, medians,
inlet boxes, headwalls, junction boxes, driveways, and retaining walls.
B
Valley gutters and fillets, alley returns, and alley paving.
C
Concrete street pavement.
D
Utility encasements
E
Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or, otherspecial design.
8.07.03 Thickness of Concrete Pavement
A. The following City of Lubbock minimum concrete pavement thickness shall be used:
Street Classification
Minimum Concrete
Pavement Thickness
Residential and Collector R-1/R-1A/R-2/C-1/Industrial
6"
Minor Arterial
7"
Principal Arterial
9"
Section 8 95
2020 Design Standards and Specifications
Streets and Drainage Specifications
B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at
flow line.
i. No tolerance on minimum thickness will be allowed.
ii. No additional compensation will be made to the contractor for thickness greater than
specified.
C. All other proposed concrete pavement thickness and steel requirements not meeting the COL
minimum design standards and specifications shall be approved in writing by the City
Engineer.
8.07.04 Drainage Easements
A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be
constructed with the street and alley paving improvements.
B. Drainage easements shall not be used as alleys or garbage collection.
8.07.05 Mix Design
A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit an
engineer's recommended concrete mix design. The following shall be included in the
submittal:
i. Test certificates from an approved commercial testing laboratory on all proposed
aggregate.
(1) Certificates shall indicate material source, gradation, and loss from 5 cycle
Magnesium Sulfate test not to exceed 25 percent.
ii. Mix design based on water -cement ratio.
iii. Results of compressive strength tests in conformance with ASTM C 39 and/or flexural
strength tests in conformance with ASTM C78, made by an approved commercial
testing laboratory.
(1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to
the class of concrete.
B. The Engineer will approve or reject the mix design and materials based on these submittals.
C. Mix design approval shall be subject to additional testing during construction.
D. Mix designs for various classes of concrete shall conform to the following:
Class
Min. Sacks Cement
er cubic yard
Water/Cement Ratio
Max. Slump
Inches
A
5.0
0.40 — 0.60
5
B
5.5
0.40 — 0.60
5
C
6.0
0.35-0.45
3
D
4.5
0.40 — 0.60
5
E
As required for specific cure time and strength.
i. New mix designs shall be submitted annually, or when material properties or sources
change.
ii. New mix design submittal will be required for any deviation from the mix design during
construction.
96 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
8.07.06 Strength Requirements
A. The various classes of concrete shall conform to the following minimum strengths in pounds
per square inch (psi) as determined by the average of two test cylinders or beams:
Class
Min. Com ressive Strength
3 Day
7 Day
28 Da
A
-
2100
3000
B
-
2500
3600
C
-
2500
3600
D
-
-
1 2500
E
3000 psi at 24 hours
B. ACI Testing will be followed.
C. When cores are subsequently used to prove compressive strength where test cylinders
indicate failures or the quality of installation is of concern, the cores shall be tested in
accordance with ACI C42. The cores shall meet the minimum 28 day compressive strength in
the table above and meet 85% of the mix design strength.
D. To place concrete in service the strength must meet 75% of the 28 day minimum compressive
strength in the table above.
8.07.07 Cement
A. Cement shall be Type I, Type II, or Type I -II cements, conforming to ASTM C150 "Standard
Specification for Portland Cement".
B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source
during construction. The Engineer may require a new mix design if changes of supplier or
source occur.
C. Supplementary Cementitious Materials may replace up to 50% of the Cement with the
following limits.
i. Fly Ash conforming to ASTM C618, Class C or F no more than 30% by weight.
ii. Slag Cement conforming to ASTM C989, Class 100 or 120 no more than 50% by
weight.
iii. Silica Fume conforming to ASTM C1240 no more than 10% by weight.
iv. Metakaolin conforming to ASTM C618 no more than 10% by weight.
8.07.08 Aggregate
A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and
screened gravel or clean crushed stone conforming to ASTM C33.
B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic
impurities, or other deleterious materials.
C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136.
i. The gradation for fine aggregate shall meet the following requirements:
Fine Aggregate
Cumulative Percent Passing (by
weight)
3/8" Sieve
100
No. 4 Sieve
95-100
No. 8 Sieve
80-100
No. 16 Sieve
50-85
No. 30 Sieve
25-65
Section 8 97
2020 Design Standards and Specifications
Streets and Drainage Specifications
No. 50 Sieve
10-35
No. 100 Sieve
0-10
No. 200 Sieve
0-3
D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2
inches, and shall conform to ASTM C136.
i. The gradation for coarse aggregate shall meet the following requirements:
Coarse Aggregate
Cumulative Percent Passing (by
weight
1-3/4" Sieve
100
1-1/2" Sieve
95-100
3/4" Sieve
60-90
1/2" Sieve
25-60
No. 4 Sieve
0-5
E. Coarse aggregate for Class C or E concrete shall be crushed limestone . Crushed gravel will
be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the
engineer.
F. Aggregate shall comply with the following limits:
Material Property
Max. Allowable Limit
Deleterious Material
2.0%
Decantation
1.5%
Flakiness Index
17
Magnesium Sulfate Soundness
25%
G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved
by the Engineer.
i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is
added to existing stockpiles.
ii. Stockpiles shall be built in layers of uniform thickness.
iii. Equipment shall not be permitted to operate over the same lift repeatedly.
8.07.09 Flowable Fill
A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content
of 1-1/2 sacks (141 Ibs) per cubic yard.
B. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through
UEM-07 in the appendix.
C. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill
shall be removed by the contractor at their expense.
8.07.10 Water
A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious
amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26.
8.07.11 Admixtures
A. Admixtures may be included in the concrete mix when approved by the Engineer to achieve
any desired special properties. Chemical admixtures shall conform to ASTM C494 or ASTM
C260. Chemical admixtures shall not be used as a substitute for Cement.
98 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
B. Admixture for increasing and or decreasing air shall be a temporary solution while the batch
plant makes adjustments. A maximum of three loads may be treated per plant per day.
8.07.12 Reinforcing Material
A. All concrete shall incorporate reinforcement as follows:
i. Curb and gutter - horizontal paving steel shall extend to within 2" of back of curb.
When poured monolithically with adjacent concrete pavement.
ii. Residential (R-1/R-1A/R-2) and Collector (C-1/Industrial) Street Pavement — Refer to
Plate No. 38-7 through Plate No. 38-11 for more information.
iii. Valley Gutters and Fillets — A minimum of #4 deformed bars 12 inches on center both
ways.
iv. Drainage Channel — A minimum of #5 deformed steel bars 12 inches on center both
ways or design approved in writing by the City Engineer.
v. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets
and fiber reinforcement as specified in section 8.07.12 (C).
vi. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch
- 6 gauge welded wire fabric.
vii. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber
reinforcement, or as required by the City of Lubbock Building Official, or design
approved in writing by the City Engineer.
viii. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars
through the gutter section as indicated on the detail sheets and either #4 deformed
bards 12 inches on center both ways or 6 -inch x 6-inch — 6 gauge welded wire fabric.
B. Steel
i. All steel reinforcing materials shall be securely held in proper position with devices
appropriate to the type of reinforcement used, subject to approval by the Engineer.
ii. Welded wire reinforcement shall conform to ASTM A1064, and shall be 6-inch x 6-inch
- 6 gauge welded wire fabric as specified.
iii. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric
furnace new billet steel manufactured in accordance with ASTM A615.
a. Steel reinforcing materials shall be stored off the ground in a manner as to be
protected from accumulations of grease, mud, other foreign matter and rust
producing materials.
b. When incorporated into construction, steel reinforcement shall be free from rust,
scale, oil, mud, and structural defects.
iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces,
and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets.
v. Chairs shall be used to support the reinforcing steel in the correct position while
concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall
be of adequate size to positively hold the reinforcing materials in position.
C. Fiber
a. Fiber reinforcement shall be either 100 percent virgin polypropylene, collated,
fibrillated fibers specifically manufactured for use as concrete reinforcement,
containing no reprocessed olefin materials, or steel fibers.
b. The manufacturer shall provide calculations for equivalent amounts of fiber to
replace steel reinforcement, with a minimum of 1.5 pounds per cubic yard. The
amount of fiber used may be less than the equivalent steel for residential streets if
approved by the City Engineer or designee. When submitting less fiber than the
equivalent steel, the design must be stamped by a licensed engineer.
Section 8 99
2020 Design Standards and Specifications
Streets and Drainage Specifications
c. Fiber calculations must be done in accordance with ACI standards.
d. The physical characteristics on the fiber shall be as follows:
Physical Characteristic
Value
Sp ecific Gravity
0.91
Tensile Strength
70,000 psi to 110,000 psi
Minimum Length
3/4 inch
8.07.13 Joints
A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent
point of each return at intersections and at intervals not more than 40 feet between the
intersections.
i. Construction joints formed by removable metal templates accurately shaped to the
cross-section of the curb and gutter shall be located at the midpoint of each section
between expansion joints, or as directed by the Engineer.
ii. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at
10 foot intervals.
iii. Expansion joint material shall be placed full depth of the concrete curb.
B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint
and at a maximum spacing of 130 feet.
i. Alley returns shall be poured monolithically with curb radii and fillets with joints as
indicated in Standard Detail 36-7.
ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on
Standard Detail 36-11.
iii. Alley paving contraction joints shall be sealed with an elastomeric sealer.
iv. Expansion joints shall include bituminous pre -molded expansion joint board.
C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion
joints as indicated on plan and detail sheets.
i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal
to 1/4 of the pavement thickness plus one half inch.
ii. Joints shall be saw cut within 12 hours of placement of the concrete paving.
iii. Joints shall be sealed with an elastomeric sealer.
iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any
sealing materials.
D. Valley gutters and fillets shall be constructed with tooled construction joints.
i. Joints shall be sealed with an elastomeric sealer.
ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any
sealing materials.
E. Joint Sealing Materials
i. Zip Strip or Bituminous pre -molded expansion joint board material shall conform to
ASTM D1751 and shall be placed as indicated on plan sheets or in these specifications.
a. Expansion joint material shall be placed full depth of the concrete slab.
ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to,
W.R.Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as
required by plan sheets.
a. Hot poured sealant for joints between Portland cement concrete and Bituminous
concrete shall conform to ASTM D3405.
100 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
b. Hot poured joint sealant for all other joints in Portland cement concrete pavement
shall conform to ASTM D3406.
c. Cold poured joint sealant shall conform to ASTM C920.
iii. Elastomeric joint sealant shall be mixed and applied in accordance with the
manufacturer's recommendations.
a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared
so that the sealant adheres to the surfaces to form an effective seal against moisture
and solid particles.
b. The sealant shall be a soft, highly flexible, rubber like material after curing which
shall not track, flow, crack, or break when exposed to hot and cold temperature
extremes typical of local conditions.
iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than
the joint width. It shall be made of polyethylene foam or other material as
recommended by the sealant manufacturer.
a. Compression of the backer rod material shall be approximately 25 percent shrinkage
at 8 psi applied stress.
b. The material shall not melt, shrink, evaporate, or absorb water, and shall be
compatible with the application of the sealant to be used.
8.07.14 Curing Compounds
A. All fresh concrete surfaces shall be completely sprayed with a liquid membrane forming curing
compound at a rate of one gallon per every 180 square feet. Its application shall conform to
DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials".
i. Fresh concrete is defined as less than 10 minutes after finishing
B. No other methods of moisture retention on fresh concrete shall be used unless specifically
approved by the Engineer.
8.07.1S Forms
A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section
satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the
concrete section formed.
B. Forms shall be constructed accurately to the line and grade as established in the field, shall be
adequately braced so that they will not move during the placing of the concrete, and shall
remain in place at least 12 hours after placing of the concrete.
C. Forms shall be treated with a light oil or release agent before each use, and forms which are
to be re -used shall be cleaned immediately after each use and maintained in good condition.
D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in
place by steel templates.
E. Forms used for curb radii shall meet all of the above specifications, except that face forms on
curb radii may be omitted if a true section and an accurate flow line can be obtained by other
methods approved by the Engineer.
F. In no case will concrete placement be started without the approval of the Engineer.
G. No forms shall be placed until the subgrade is within one inch of its finished grade.
H. Forms for paving slabs may be used as a guide for screeding.
I. Where longitudinal construction joints are required, the form shall be so constructed as to
provide an approved load transfer mechanism in the face.
Section 8 101
2020 Design Standards and Specifications
Streets and Drainage Specifications
8.07.16 Placing and Finishing Concrete
A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset.
i. Concrete shall be placed as close to its proper location as practical.
ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for
finishing.
iii. The concrete shall be floated and troweled to the approximate section.
iv. When water is needed for finishing purposes it must be dispensed by a pressurized
canister with a misting nozzle.
B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set
occurs.
i. Only construction approved forms, templates, and tools shall be used to form the
cross -sections indicated on plan or detail sheets.
C. Concrete shall not be placed when the ambient temperature and the surface temperature is
below 40 degrees F or if sustained winds are 25 mph or higher as determined by field
measurements by city inspector, or if field measurement is not available then the Texas Tech
University Mesonet sites in Lubbock. If the sustained winds exceed the 25 miles per hour all
placement operations will cease immediately.
i. The contractor shall have available sufficient covering material, approved by the
Engineer, to immediately protect concrete should the air temperature fall below 33
degrees F. This protection and forms shall remain in place as long as the temperature
continues below 32 degrees, to a maximum of 5 days.
ii. No salt or other chemical admixtures shall be added to the concrete to prevent
freezing.
D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators
approved by the Engineer and designed to vibrate the concrete internally.
i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come
in contact with forms.
ii. Vibrators shall not be used to move concrete within the forms.
E. The surface of concrete street paving shall incorporate a tined finish perpendicular to the
travel direction.
F. All other concrete surfaces shall be completed with a light broom finish.
G. When forms are used for concrete paving the forms must stay in place for a minimum of 12
hours.
H. No equipment shall be placed on concrete until it has reached 75 percent of the specified 28
day compressive strength.
I. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with
a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A.
J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to
determine locations of ponding.
i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as
directed by the Engineer.
K. Where the surface of Major or Minor Arterial paving is noticeably uneven, the City may require
measurement of the ride quality using the TxDOT Surface Test Type B.
i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile
corrective action shall be performed by diamond grinding, or other methods acceptable
to the Engineer.
102 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced.
L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be
replaced at the contractor's own expense.
8.07.17 Tolerance in Elevation and Grade
A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades
as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a
longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed
and replaced at the correct elevations as indicated on the plans, unless curb and gutter
surfaces drain with flood testing and approved in writing by the City Engineer or designated
staff.
8.07.18 Concrete Alley Paving Cuts
A. Refer to Standard Detail UEM-06.
B. Transverse Cuts
i. Minimum width between transverse joints shall be 4 feet.
ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints.
iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars
at 3 foot spacing. When installed at expansion joints, slip dowels shall be used.
C. Longitudinal Cuts
i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width
of 3 feet.
ii. Maximum width of longitudinal cuts shall be 4 feet.
iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width
of existing alley paving.
iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel
bars at 3 foot spacing.
D. Potholing for Locating Existing Utilities
i. Pavement cuts for potholing purposes shall be circular cored holes or clean square
cutouts.
a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the
depth of existing pavement.
b. Cored holes in concrete pavement shall be filled with concrete to match the depth of
existing pavement.
c. Cutouts shall be repaired as specified in Plate No. UEM-02
8.08 Subgrade and Base
8.08.01 Subgrade
A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or
off -site soil, free from vegetation or other objectionable matter.
B. All unstable or objectionable material shall be removed from the subgrade and replaced with
approved material.
Section 8 103
2020 Design Standards and Specifications
Streets and Drainage Specifications
C. Subgrade material shall be suitable for forming a stable embankment and shall meet the
following requirements:
Material Property
Wet
ASTM 4318 — 05.10.1
Dry
ASTM 4318 — 05.10.2
Liquid Limit
Max 45
Max 45
Plasticity Index
Min 5; Max 20
Min 10; Max 25
Linear Shrinkage
Min 2• Max 10
Min 2; Max 10
D. Subgrade Construction
i. All testing of subgrade will be completed prior to any placement of curb and gutter.
Subgrade will be processed the entire width of the roadway including under the curb
and gutter section.
ii. Subgrade shall be prepared in conformance with the lines and grades shown on the
plans, or as directed by the Engineer, by scarifying and compacting to a minimum of
95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2
percent.
iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for
moisture and density.
iv. Subgrade thickness shall be a minimum of 12 inches for all streets,
regardless of street width or classification.
v. The compaction method for subgrade shall provide for each lift to be compacted to the
specified density using appropriate equipment.
a. After each section of subgrade is complete, moisture/density testing will be
performed by the City of Lubbock inspection staff.
b. At any time the City Engineer may require proof rolling on streets or alleys with a 25
ton pneumatic roller, to test the uniformity of compaction.
c. Rollers will be completely loaded with water or wet sand to ensure they meet the
manufacturer's weight requirements.
vi. All utility ditches shall be determined to be stable prior to construction of subgrade
over such utility ditch.
vii. Any fill placed within existing or proposed street right-of-way in execution of an
approved cut and fill plan shall be in compliance with these specifications for materials
and construction.
a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of
Ordinances.
viii. Subgrade which has become wet, or otherwise altered, after completion may be
subject to retesting and reprocessing as determined by the Engineer.
ix. Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface, and so
that the compacted subgrade thickness will not be less than specified above.
a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
E. Rejected Subgrade Material
i. Rejected subgrade material, either from the construction area or delivered to the job
site, shall be dumped on the job site outside the area of construction, and remain there
until all construction is completed.
104 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
a. If it is determined that unapproved material has been incorporated into the
construction, all in place material shall be considered unapproved and shall be
removed.
b. No payment will be made for rejected material or construction.
8.08.02 Flexible Base (Caliche)
A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay
particles produced from oversize quarried aggregate, sized by crushing and produced from a
naturally occurring single source.
i. All base material sources are subject to approval by the Engineer.
ii. If material characteristics within an approved source change, the material shall be
subject to retesting and re -approval prior to continued use.
iii. The Contractor shall not change material sources without approval by the Engineer.
B. Crushed concrete may be blended with quarried material only to the extent necessary to
produce material in compliance with these specifications, to a maximum of 20 percent
crushed concrete by weight.
i. Crushed concrete shall be produced from parent material consisting of structural
strength concrete, such as City of Lubbock Class A, B, and C.
ii. Lower strength materials, such as flowable fill, are not acceptable.
iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and
have a maximum of 1.5 percent deleterious material when tested in accordance with
Tex-413-A.
iv. When crushed concrete is used, the final product shall be entirely in compliance with
the specifications for single source material.
C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base.
D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material
as required to complete the entire project or subdivision.
i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is
for.
ii. Stockpiles may be on site or at the plant.
iii. After a stockpile is completed the contractor shall not add material to that stockpile.
iv. The contractor's methods, plant, and equipment are subject to approval by the
Engineer, and shall be appropriate and in suitable condition to produce stockpiles in
compliance with these specifications.
E. Material Tests
Flexible base material shall be tested yearly to confirm that the material conforms to
the following requirements:
a. Sieve Analysis
Standard Crushed Rock Aggregate
Cumulative Percent Passing(by
weight)
1-3/4" Sieve
100
7/8" Sieve
65-90
3/8" Sieve
50-70
No. 4 Sieve
45-55
No. 40 Sieve
15-30
Section 8 105
2020 Design Standards and Specifications
Streets and Drainage Specifications
b. Atterberg Limits
(1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet
the following requirements:
Material Property
Value
Liquid Limit
Max 35
Plasticity Index
Min 3; Max 15
c. Wet Ball Mill
(1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall
have a value not to exceed 45.
(2) The percent of material passing the #40 sieve shall not increase by more than
20 during the test.
F. Flexible Base Construction
i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing
base material.
ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and
dumped evenly along the project length for processing and compaction.
iii. Flexible base thickness shall be a minimum of 6 inches for Ria, R1 and R2
streets. Flexible base thickness shall be a minimum of 8" for collector
streets. Flexible base thickness shall be 10" for industrial Streets. Flexible
base thickness shall be 12" for arterial streets. Alternative designs may be
approved by the City Engineer.
iv. Processing shall be accomplished in lifts of 6 inches compacted thickness.
v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a
uniform compaction to a minimum of 95 percent of Modified Proctor Density with a
moisture content of 2 percent above to 2 percent below optimum
a. Densities will be taken by City of Lubbock inspection staff
b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to
ensure uniform compaction of base.
c. Processing for compaction of caliche base with a sheep's foot type roller will not be
permitted.
vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the
Engineer to be adequately cured, before placing prime or surface course.
a. During the cure time the base shall be maintained by blading or other methods until
the wearing surface is placed.
b. Windrow caliche shall not be removed until the base has passed finish inspection.
c. Base which becomes wet, or otherwise altered, may be subject to retesting and
reprocessing as determined by the Engineer.
vii. The compacted flexible base shall be finished and shaped immediately preceding the
application of the surface treatment
a. All loose or unconsolidated material shall be removed and the surface moistened and
rolled with a steel wheel roller.
b. All irregularities, depressions, or weak spots which develop shall be corrected by
scarifying, adding or removing material as required, reshaping, and recompacting, or
other methods approved by the Engineer.
viii. Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface and so
that the compacted base thickness will not be less than 6 inches, or thickness
otherwise specified by the engineer.
106 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the
established grade or true cross-section, using a 10 foot long straight edge, shall be
corrected as provided above.
x. The compaction method for flexible base shall provide for each lift to be compacted to
the specified density using appropriate equipment.
A. After each section of flexbase is complete, moisture/density testing will be performed
by the City of Lubbock inspection staff.
a. All irregularities, depressions, weak or soft spots which develop shall be corrected
immediately by the contractor.
G. Rejected Flexible Base Material
i. Rejected material, either from the construction area or delivered to the job site, shall
be dumped on the job site outside the area of construction, and remain there until all
construction is completed.
ii. If it is determined that unapproved material has been incorporated into the
construction, all in place material shall be considered unapproved and shall be
removed.
iii. No payment will be made for rejected material or construction.
8.08.03 Asphalt Stabilized Base (ASB)
A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt
cement mixed hot in a mixing plant in accordance with these specifications.
i. Caliche is not an acceptable aggregate for ASB.
B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be
appropriate and in suitable condition to produce the base material consistently in compliance
with these specifications.
C. In place compaction control is required for all ASB.
i. Locations of Cores, when required, will be determined by City of Lubbock personnel
and marked
ii. The ASB will be cored by the City inspection staff to determine composition,
compaction, thickness, and density.
iii. The contractor shall replace the pavement removed from core holes at no cost to the
City.
iv. ASB found to be deficient in composition, compaction, thickness, or density shall be
corrected at the contractor's expense as directed by the Engineer.
D. ASB Mix Design
i. The contractor shall submit an ASB mix design less than one year old, prepared by a
qualified lab, in compliance with these specifications using approved materials
indicating gradation and optimum asphalt content.
Section 8 107
2020 Design Standards and Specifications
Streets and Drainage Specifications
ii. The aggregate mixture shall conform to the following master gradation:
Standard Crushed Rock Aggregate
Cumulative Percent Passing
(by weight)
Passing
1" Sieve
98-100
Passing
3/4" Sieve
84-98
Passing
3/8" Sieve
60-80
Passing
No. 4 Sieve
40-60
Passing
No. 8 Sieve
29-34
Passing
No. 30 Sieve
13-28
Passing
No. 50 Sieve
6-20
Passing
No. 200 Sieve
2-7
a. Design produced Minimum VMA 13.0 percent
b. Plant produced Minimum VMA 12.0 percent
iii. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the
following requirements:
Material Property
Value
Liquid Limit
Max 45
Plasticity Index
Max 15
Linear Shrinkage
Max 5
iv. The mineral aggregate shall not contain more than 0.5 percent moisture prior to
entering the pug mill for mixing with asphalt.
v. The mix design shall have optimum asphalt content determined in accordance with
Tex-204-F, with a target lab molded density of 96.5 percent.
vi. Asphalt content of the Job Mix Formula shall not vary during construction from the
design by more than 0.3 percent.
vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better.
viii. New mix designs must be submitted annually, or when material properties change.
ix. A maximum of 20 percent approved rap material can be added to ASB.
E. ASB Placement
i. The ASB material shall be placed on the approved prepared surface using an approved
lay down machine.
ii. ASB thickness shall be a minimum of 9 inches, or as required by the
Engineer.
iii. Asphalt Stabilized Base shall be placed and compacted in 4 inch lifts to form the
specified thickness of compacted base, unless otherwise directed by the Engineer.
a. Prior to placing ASB, the subgrade shall be prepared as previously specified.
iv. The cross-section shall be constructed to form the specified crown on the ASB surface
at the centerline of the street, or as indicated on the plans.
v. ASB shall not be placed when the air temperature, as measured by city inspector in
field or if field measurement is not avalible as reported by the Texas Tech University
Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface
temperature.
vi. ASB maximum temperature is 350 degrees. ASB minimum temperature in truck is 325
degrees. ASB minimum lay down temperature is 265 degrees.
vii. Any ASB material that is outside the specified temperature ranges, shall be rejected by
the Engineer.
108 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
viii. The material shall be placed in such a manner that when properly compacted the
finished course is smooth, of uniform density, and in conformance with the cross -
sections and grades shown on the associated plans.
ix. Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface and so
that the compacted base thickness is not less than 9 inches.
a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
ASB Compaction
i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density
between 93 percent and 98 percent of the maximum theoretical gravity, with a lab
molded target of 96.5 percent using the Texas Gyratory compaction method.
a. All results will be calculated using the maximum theoretical Rice gravity.
ii. Compaction less than 93 percent or greater than 98 percent will be considered
deficient. All deficient pavement shall be removed and replaced as determined by the
Engineer at the contractor's expense.
iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not
an approved method for achieving compaction requirements.
iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure
maximum compaction.
v. All roller marks shall be removed and compaction completed prior to the ASB mixture
cooling below 185 degrees F.
G. Rejected ASB Material
i. Rejected ASB material, either from the construction area or delivered to the job site,
shall be dumped on the job site outside the area of construction, and remain there
until all construction is completed.
ii. If it is determined that unapproved material has been incorporated into the
construction, all in place material shall be considered unapproved and shall be
removed.
iii. No payment will be made for rejected material or construction.
8.09 Hot Mix Asphalt Concrete Surface (HMAC)
8.09.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate
(coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing
plant in accordance with these specifications.
8.09.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer,
and shall be appropriate and in suitable condition to produce the HMAC surface material
consistently in compliance with these specifications.
8.09.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving
requirements of the platting process. Strip paving may be used only in special
circumstances and must be approved by the City Council. If strip paving is used, the
developer is still responsible for providing for the required permanent curb and gutter and
paving.
A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 -
Dense -Graded -Hot -Mix Asphalt (Method).
Section 8 109
2020 Design Standards and Specifications
Streets and Drainage Specifications
B. Approval of the source and character of the materials shall be obtained from the Engineer
prior to use.
i. The combined mineral aggregate, after final processing by the mixing plant and prior
to addition of asphalt and mineral filler, shall have a sand equivalent value of not less
than 45 when tested in accordance with Test Method Tex-203-F.
ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed
25 percent when tested in accordance with Test Method Tex-224-F.
iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be
conditioned with either minimum 1 percent lime in accordance with DMS-6350, or
liquid anti -stripping agent approved by the Engineer.
a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti -
stripping Agents, and shall be added at the manufacturer's recommended dosage
and temperature range.
8.09.04 A minimum of two sets of cores per day will be taken to determine thickness and density
of HMAC surfaces.
A. Core locations will be marked and cored at random locations by City of Lubbock inspection
staff.
B. Cores will be taken in pairs and averaged to determine the percent air voids based on the
theoretical maximum gravity.
C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as
directed by the Engineer.
D. The contractor shall replace the pavement removed from core holes immediately after testing
at no cost to the City.
8.09.05 Thickness of HMAC Surfaces
A. HMAC thickness shall be a minimum of 2 inches for Residential and Collector, 2.5
inches for industrial, 3" for minor arterial and 5" for principal arterial, or as
indicated on the plans.
No tolerance on minimum thickness will be allowed.
B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC
surface shall be considered deficient with respect to thickness, and the deficiency shall be
rectified by removal and replacement at the specified thickness.
i. Additional cores will be taken at 25 foot spacing to define the limits of deficiency.
C. No additional compensation will be made to the contractor for thickness of HMAC surface
greater than specified.
8.09.06 HMAC Mix Design
A. The contractor shall provide a current HMAC mix design using the approved materials,
indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F.
i. The mix design shall have a lab molded density of 96.5 percent using the Texas
Gyratory compaction method.
ii. New designs shall be submitted annually, or when material properties change.
110 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
iii. The aggregate mixture shall conform to the following master gradation:
a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths
greater than 36 feet:
Standard Crushed Rock Aggregate
Cumulative Percent Passing
(by weight)
Passing
3/4" Sieve
95-100
Passing
3/8" Sieve
70-85
Passing
No. 4 Sieve
43-63
Passing
No. 8 Sieve
32-44
Passing
No. 30 Sieve
14-28
Passing
No. 50 Sieve
7-21
Passing
No. 200 Sieve
2-7
(1) Design Produced Minimum VMA 14 percent
(2) Plant Produced Minimum VMA 13 percent
b. Type "D" Fine Graded Surface Course — Curb and gutter street widths of 36
feet or less and strip paved streets of any width:
Standard Crushed Rock Aggregate
Cumulative Percent Passing
(by weight)
Passing 1/2" Sieve
98-100
Passing 3/8" Sieve
85-100
Passing No. 4 Sieve
50-70
Passing No. 8 Sieve
35-46
Passing No. 30 Sieve
15-29
Passing No. 50 Sieve
7-20
Passing No. 200 Sieve
2-7
(1) Design Produced Minimum VMA 15 percent
(2) Plant Produced Minimum VMA 14 percent
c. HMAC Type is in reference to the ultimate full width street, not half width.
iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum
linear shrinkage value of 5.
v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering
the pugmill for mixing with asphalt.
vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt
material.
vii. The contractor's materials and mix design shall meet all the performance criteria
addressed in these specifications.
B. Coarse Aggregate
i. Coarse aggregate must be approved for use by the Engineer and must be on the
TXDOT source rating catalog or approved in writing by the City Engineer.
ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of
clean, washed, tough, durable fragments of crushed stone of uniform quality.
a. Mixing or combining of crushed gravel and crushed stone will not be permitted.
iii. Coarse aggregate shall be crushed to the extent that produces a minimum of 80
percent crushed faces for both Type "C" HMAC, and Type "D" HMAC, when tested in
accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count".
iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex-
217-F.
Section 8 111
2020 Design Standards and Specifications
Streets and Drainage Specifications
v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance
with Tex-217-F.
vi. Coarse aggregate shall have a maximum loss of 25 percent when subjected to 5 cycles
of the Magnesium Sulfate Soundness Test ASTM C-88.
vii. The amount of organic matter, clays, loams, or particles coated therewith, or other
undesirable materials shall not exceed 1.5 percent.
C. Fine Aggregate
i. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall
be of uniform quality throughout.
ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other
crushed fine aggregate.
iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7
percent of the total virgin aggregate.
iv. Screenings shall be of the same or similar material as specified for coarse aggregate.
v. Linear shrinkage shall be a maximum of 3 percent.
vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or
other material dust approved by the Engineer.
a. The mineral filler shall be free of foreign and other injurious matter and shall meet
the following gradation:
Standard Crushed Rock Aggregate
Cumulative Percent Passing
(by weight)
Passing No. 8 Sieve
100
Passing No. 200 Sieve
55-100
D. Asphalt
i. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown
on plans.
ii. The contractor shall notify the Engineer of the source of asphaltic material for approval
prior to production of the asphaltic mixture.
a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier
or source.
b. The Engineer may require a new mix design if changes of supplier or source occur.
iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during
production
a. Asphalt content within that range is considered to be acceptable if no other defects
are noted, with the requirement that adjustments shall be made during production to
achieve the optimum asphalt content.
b. If the asphalt content falls outside these parameters immediate action is required.
c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum,
production shall immediately cease and all affected material shall be removed.
d. Production shall not be resumed until the contractor has provided sufficient evidence
of the problem being corrected.
e. A maximum of 10 percent approved RAP will be allowed within the surface course, as
included in the submitted design.
112 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
8.09.07 HMAC Placement
A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for
the mix design proposed to be run on that project. The JMF will be held to tolerances as
outlined.
B. Prime and Tack Coats
i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours
or until determined by the Engineer to be adequately cured, using an application of
0.20 gallons of asphalt per square yard of surface.
a. The contractor shall strap the asphalt distributor in the presence of the inspector to
verify the application rate.
ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be
placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer.
a. The surfaces shall be given a uniform application of tack coat using asphaltic
materials of this specification.
(1) Prime coat will not be used as a tack coat.
b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as
directed by the Engineer.
(1) Mopping or brooming of tack coat is not allowed, unless prior approval by City
Inspection Staff.
(2) Minimum thickness shall be no less than 2 mil. thickness.
c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a
thin uniform tack coat.
iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item
310 Prime Coat.
iv. The tack coat shall be an asphalt material such as PG, AC-10.
a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent
may not be used.
C. HMAC Installation Requirements
i. Pavement shall only be constructed on previously approved base.
ii. HMAC surface shall not be placed until at least 48 hours after the application of the
prime coat.
iii. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all
equipment off the right of way 30 minutes prior to sunset.
iv. Air temperature requirements for placing HMAC shall be as follows:
a. HMAC shall not be placed when the air temperature is below 45 degrees F and
falling.
b. HMAC may be placed when the air temperature is above 45 degrees F and rising.
c. The forecasted high must be 50 degrees or above for the day by the National
Weather Service.
v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as
determined in the field.
vi. Air temperature and wind speed shall be determined by City of Lubbock inspector field
measurement. If field measurement by inspector is not available the Texas Tech
University Mesonet sites in Lubbock shall be used.
vii. HMAC shall be placed at a temperature between 265 and 325 degrees F.
a. Any HMAC material that is above or below the specified temperature range,
measured at any point, shall be rejected by the Engineer.
Section 8 113
2020 Design Standards and Specifications
Streets and Drainage Specifications
viii. When high winds occur, contractor must provide a water truck in order to minimize
blowing dust.
a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease
production immediately.
ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface
using an approved spreading and finishing machine.
a. The material shall be placed in such a manner that when properly compacted the
finished course is smooth, of uniform density, and in conformance with the cross -
sections and grades shown on the associated plans.
b. Wings of the laydown machine may not be dumped unless they are dumped after
every load.
c. The loose aggregate along the edge may not be raked back onto the mat.
x. A level up course 1/2 inch to 2 inch in thickness shall require the use of Type D HMAC.
xi. A level up course greater than 2 inch shall require the use of ASB.
xii. When the asphaltic mixture is placed in a small area where use of a finishing machine
is not practical, the contractor may use other methods approved by the Engineer
provided a satisfactory surface can be obtained.
xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished
uniformly high so that when compacted it will be 1/4 inch above the curb or other
concrete surface.
xiv. All concrete structures shall be complete before asphalt is placed.
xv. All joints shall present the same texture, density, and smoothness as other sections of
the course.
a. The joints between old and new pavements or between successive day's work shall
be made to insure a continuous bond between the old and new sections of the
course.
xvi. The transverse edges of old pavement and, if required by the Engineer, the successive
day's pavement shall be cut with an approved concrete saw to expose an even vertical
surface for the full thickness of the course.
xvii.All contact surfaces of previously constructed pavement shall be painted with a thin
uniform coat of approved tack coat before the fresh mixture is placed.
xviii. Special care shall be exercised in grading street intersections where dips or valley
gutters are located so that the cross profiles present a smooth riding surface and so
that the compacted asphalt thickness is not less than 2 inches.
a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip
roadway width from concrete intersection or valley gutter, as indicated on Standard
Detail 36-11.
xix. If the laydown machine is idling, the temperature of the asphalt shall remain between
230 and 345 degrees. If the temperature is outside this range the contractor must
create a clean joint in the asphalt.
xx. Any Utilities installed after placement of pavement but before certificate of completion
will require pavement to be removed to the next joint. All edges shall be sawcut.
D. HMAC Compaction
i. HMAC surfaces shall be constructed to the following compacted thickness stated in
8.09.05(A) with a maximum of 0.5 inches more thickness for Type D and a maximum
of 1.0 inches more thickness for Type C. No allowance will be made for less than
minimum thicknesses.
ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be
compacted thoroughly and uniformly to a density between 94 percent and 98 percent
114 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
of the theoretical maximum gravity, with a lab molded target of 96.5 percent using the
Texas Gyratory compaction method.
a. All results will be calculated using the maximum theoretical Rice gravity.
iii. Compaction less than 94 percent or greater than 98 percent will be considered
deficient.
iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the
contractor's expense.
v. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is
not an approved method for achieving compaction requirements.
vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to
ensure correct compaction.
vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on
the pavement when rollers are in operation or standing.
viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps.
ix. Trenches and other limited areas where required compaction cannot be obtained using
a three wheel roller shall be compacted with a trench type roller.
x. The surface of the pavement after compaction shall be smooth and true to the
established line, grade, and cross-section.
xi. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess
of 1/8 inch when tested with a 10 foot straightedge.
xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces,
asphalt and concrete, to determine location of ponding.
a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as
directed by the Engineer.
xiii. Where the surface of Major or Minor Arterial paving is noticeably uneven the City may
require measurement of the ride quality using the TxDOT Surface Test Type B.
a. If the International Roughness Index (IRI) is determined to exceed 65 inches per
mile corrective action shall be performed by diamond grinding, or other methods
approved by the Engineer.
b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced.
E. Emulsified Asphalt Sealer
i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting
of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water.
ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to
below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square
yard of surface.
F. Release Agents
i. Diesel shall not be used as a release agent.
ii. Only approved agents (such as Black Magic or equivalent) will be used.
iii. Diesel will not be permitted to be used on any tools or machinery that comes
into contact with the HMAC.
8.09.08 Sampling of HMAC
A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine
when the sample is taken and will split the sample with the contractor (at the contractor's
request).
B. A "referee" sample will be taken at the same time and held at the city laboratory until all test
results are completed.
Section 8 115
2020 Design Standards and Specifications
Streets and Drainage Specifications
C. If the contractor's results differ from the City's results the referee will be utilized and it will be
run at an independent laboratory at the expense of the contractor, at which time all tests are
final.
D. If the contractor does not run quality control samples then no referee will be utilized and the
City of Lubbock test results will be final.
8.09.09 Rejected HMAC Material
A. Rejected HMAC material, either from the construction area or delivered to the job site shall be
dumped on the job site outside the area of construction, and remain there until all
construction is completed.
If it is determined that unapproved material has been incorporated into the construction, all in
place material shall be considered unapproved and shall be removed.
C. No payment will be made for rejected material or construction.
8.09.10 Islands In Streets
A. Islands in streets require City Council approval.
i. As a condition of approval, persons requesting approval of islands within a street shall
be required to submit to the City Engineer a street pavement structural design that
exceeds the minimum standard specifications for street paving.
ii. In general that shall mean an approved reinforced concrete pavement design.
iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any
proposed island.
The submitted request shall include the proposed pavement design, surface treatment of the
island, types of plant materials, and methods and details of irrigation systems.
8.10 Micro-Surfad
8.10.01 Micro -surfacing materials and construction shall conform to TxDOT Specification Item #
350. There shall be no deviation from these specifications unless so directed by the Street
Superintendent.
8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro -
surfacing pavement and to ensure that the finished surface has a uniform texture and the
micro -surfacing mat is fully adhered to the existing roadway surface.
8.10.03 Materials of Construction
A. All materials that are to be stockpiled shall be protected from dust and other contamination.
Mineral filler shall be stored in a manner that will keep it dry and free from contamination.
C. All asphalt materials shall be kept free from contamination.
D. Cationic Polymer -Modified Asphalt Emulsion
i. Provide CSS-1P in accordance with TOOT Item # 300.2.D "Emulsified Asphalt".
Aggregate
i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of
uniform quality and from a single source.
ii. Aggregate shall meet TxDOT Class "A" surfacing classification.
iii. Contractor shall include the amount of mineral filler added to the mix determining the
total minus No. 200 sieve aggregate fraction.
116 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
iv. Aggregate shall meet the following gradation requirements:
Standard Crushed Rock Aggregate
Cumulative Percent Retained
(by weight)
Retained on 1/2" Sieve
0
Retained on 3/8" Sieve
0-1
Retained on No. 4 Sieve
6-14
Retained on No. 8 Sieve
35-55
Retained on No. 16 Sieve
54-75
Retained on No. 30 Sieve
65-85
Retained on No. 50 Sieve
75-90
Retained on No. 100 Sieve
82-93
Retained on No. 200 Sieve
85-95
v. Maximum Magnesium Sulfate Soundness shall be 30 percent (5 cycles) based upon
TxDOT Test Method Tex-411-A
vi. Minimum Sand Equivalent shall be 70 percent based upon TxDOT Test Method Tex-
203-F.
F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime.
G. Contractor shall adjust the mix design to attenuate the usage of Lime.
H. Water shall be potable and free of harmful soluble salts.
I. Use only approved additives as recommended by the emulsion manufacturer in the emulsion
mix or in any of the component materials when necessary to adjust mix time in field.
8.10.04 Methods of Construction
A. Equipment
i. Equipment shall be kept in good working conditions with no leaks.
ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be
used until such leaks are fixed.
iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self -
loading devices to promote continuous laying operations.
iv. Mixing machine shall have sufficient storage capacity for mixture materials with
individual volume or weight controls that will proportion each material to be added to
the mixture.
v. Mixing machine shall have a water pressure system and nozzle -type spray bar
immediately ahead of spreader box capable of spraying the roadway for the width of
the spreader box.
vi. Scales used for weighing materials and emulsion must be calibrated and meet the
requirements of TxDOT Item # 520.
vii. Electronic Monitoring System
a. The micro -surfacing machine shall be equipped with an electronic monitoring system
that consists of pulse sensors measuring material delivery rates, a radar gun to
monitor distance traveled, and programmable micro -controller, and operators
display/input board and an on -board printer.
b. System shall be capable of monitoring and displaying application rates and use of
aggregate, emulsion, fines, water and additives.
c. System shall be capable of calculating and displaying ratios of emulsion to aggregate,
fines to aggregate, additive to aggregate, water to aggregate, and application rate in
pounds per square yard.
Section 8 117
2020 Design Standards and Specifications
Streets and Drainage Specifications
d. System shall be capable of printing a hard copy report on demand which displays the
date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons
of water, and all of the above mentioned ratios since last reset.
e. A computer -generated report providing statistics for the full work day shall be
provided with each hand calculated daily run sheet.
f. This system shall be accurate to within 1/2 of a percent of actual weights and
measures for all parameters noted above. The system is not expected to calculate
quantities and ratios for materials used in handwork and cul-de-sac areas.
B. Air temperature requirements for placing micro -surfacing pavement shall be as follows:
i. November 1 to April 1
a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F
and falling.
b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and
rising.
ii. April 1 to November 1
a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F
and falling.
b. Micro -surfacing may be placed when the air temperature is above 50 degrees and
rising.
iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing
pavement, as determined in the field.
iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in
Lubbock, Texas.
C. Placement of Micro -Surfacing
i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose
aggregate, and soil.
ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly
removed.
iii. When existing roadway surface conditions require, provide a water spray immediately
ahead of the spreader box.
a. Apply water at a rate that dampens the entire surface without any free -flowing water
ahead of the spreader box.
iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per
square yard and no more than 30 pounds per square yard, or as directed.
v. The spreader box shall be kept clean to minimize lumps.
vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished
mat.
vii. Adjust the rear seal to provide the desired spread
viii. Adjust the secondary strike -off to provide the desired surface texture.
ix. The finished mat shall be protected from traffic until it has cured and traffic will not
harm it.
x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in
one hour.
xi. Locations with turning or stop -and -go traffic shall be protected for longer periods of
time.
xii. Special care shall be taken by the Contractor to ensure that all manholes, water
valves, and other surface structures are sufficiently protected from the micro -surfacing
process by the use of a plastic membrane covering or other approved method.
118 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and
other structure after the micro -surfacing pavement has been applied to the roadway
surface.
D. Rutting on Major Thoroughfares and Collector Streets
i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch
box utilizing a steel primary strike -off plate.
ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a
fixed width spreader box no more than 6 feet wide. The rut filling box shall have a
steel primary strike -off plate that is the same width as the spreader box.
iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling
spreader box specifically designed to fill wheel path ruts. This operation will require
multiple placement passes to restore the pavement to its original cross section. Special
care shall be used by the Contractor to ensure that the material has proper time to dry
between applications to promote bonding between the original pavement and the
micro -surfacing pavement.
iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for
each pass required to restore pavement to the original profile.
E. Asphalt Milling at Concrete Intersections
i. All thoroughfares and collector streets which have concrete intersections or where
concrete valley gutters intersect the street shall have the asphalt surface milled to such
a depth as to allow a smooth transition between concrete and the completed micro -
surfacing pavement.
F. Scratch Course
i. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off
plate.
ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a
more uniform profile for the micro -surfacing pavement to be applied to.
G. Finished Surface
i. Micro -surfacing pavement finished grade shall be uniform in texture and free from
excessive scratch marks, tears, and other surface irregularities.
a. All such irregularities shall be repaired by the Contractor at their own expense.
ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the
Engineer.
iii. Joints shall be uniform in appearance when placed adjacent to existing joints.
iv. Joints and edges shall be uniform and neat in appearance.
v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass
from the final pass.
8.10.05 Hours of Operation
A. Operating hours will be Monday through Saturday as outlined in Section 8.15 of these
Specifications, unless otherwise directed by the Engineer.
B. Hours of operation shall be:
i. Major Thoroughfare: 7:00pm to 7:00am (Night)
ii. Residential Areas: 7:00am to 7:00pm (Day)
C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am,
including all traffic control devices and barricades being removed from the roadway.
Section 8 119
2020 Design Standards and Specifications
Streets and Drainage Specifications
8.11 Storm Sewer
8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures,
and all appurtenances associated with these items.
8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by
the pipeline construction industry, and approved by the Engineer.
8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards.
8.11.04 Materials of Construction
A. Storm Sewer Pipe
i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either
precast or cast in place.
ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be
Class III unless otherwise noted on plan sheets.
iii. Other pipe materials may be considered for approval by the Engineer based on
engineering and design criteria.
B. Mortar
i. Mortar shall be used for grouting and filling between pipe and drainage structures.
ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of
mortar sand.
a. Portland cement shall conform to the requirements of ASTM C150, Type I.
b. Sand shall conform to the requirements of ASTM C144.
iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to
15 percent of the weight of cement used.
a. Hydrated lime shall meet the requirements of ASTM C6.
iv. Mortar which has not been used after 45 minutes of having water added shall be
discarded.
a. Mortar may not be retempered by having water added.
C. Preformed Bituminous Gasket Joints
i. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the
requirements ASTM D994, and shall be Ram-Nek or approved equal.
ii. Gaskets shall be installed in accordance with manufacturer's recommendations and
shall form a water -tight joint.
D. Manholes, Frames, and Covers
i. Manhole barrel, cone and extension sections shall be constructed of precast concrete.
ii. A plant inspection may be required for production facility inspection and to review
record -keeping for material certification.
iii. The manufacturer must provide certification that all materials used for manufacturing
meet with the following ASTM Specifications:
ASTMSpecification
Material
ASTM C33
Aggregates
ASTM C150
Cement
ASTM C39
Sampling Specimens
ASTM A-615 or A-996
Reinforcing
ASTM C144
Sand and Mortar
120 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications.
a. Compressive strength test results must verify concrete strengths meet or exceed
4,000 psi.
v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and
female type joint as approved by the Engineer.
a. Joints shall be effectively jointed to prevent leakage and infiltration.
b. Connections between wall sections shall be joined with Conseal Joint Sealant or
approved equal to provide a watertight manhole.
(1) Sealant will be provided by supplier and will be considered an essential part of
each shipment.
vi. Cones and adjusting rings shall maintain a clear 30-inch opening.
a. Adjusting rings shall be reinforced with the same percentage of steel as risers and
tops and will also meet ASTM C478 specifications.
b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth,
uniform in size and dimensions, consistent in components throughout and free of
voids or honeycombs.
vii. Manholes shall be designed to withstand H-20 AASHTO loading.
viii. Manholes shall also have lifting holes that do not protrude through manhole wall.
a. One full inch of concrete thickness must remain between lift hole and outside wall of
manhole.
ix. Manhole barrels shall be assembled of precast riser section.
a. Riser sections and top cone sections shall be placed vertically with tongues and
grooves properly keyed.
x. Invert channels shall be smooth and semi -circular in shape conforming to the inside of
the adjacent pipe section.
a. Changes in direction of flow shall be made with a smooth curve of as large a radius
as the size of the manhole will permit.
b. Changes in size and grade of the channels shall be made gradually and evenly.
c. Invert channels may be formed directly in the concrete of the manhole base or may
be half -pipe laid in concrete.
d. The floor of the manhole outside the channel shall be smooth and shall slope toward
the channel not less than one inch per foot, nor more than two inches per foot.
xi. Connections between the riser or base sections and the sewer pipe shall be joined in
such a manner as to make the manholes watertight.
a. Preformed rubber waterstop gaskets cast into the riser or base section are
acceptable.
b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal"
may be used provided a watertight seal is achieved.
xii. Adjusting rings may be used for adjusting the top elevation of manholes.
a. Each manhole shall have a minimum of 6 inches of grade adjustment.
b. Total height of the adjusting rings shall not exceed 12 inches at any manhole.
c. Concrete shall be placed around and under the rings to provide a seal and seat the
ring at the proper elevation.
xiii. Frames and Covers
a. Manhole frames and covers shall be of good quality gray iron casting and conform to
ASTM A48, having a clear opening of not less than 22 inches.
b. The casting shall be designed with a full bearing ring so as to provide a continuous
seat between frame and cover.
Section 8 121
2020 Design Standards and Specifications
Streets and Drainage Specifications
c. The cover shall be furnished with lifting ring cast into the cover in such manner as to
prevent water leaking through.
d. Frame and cover shall have a weight of not less than 275 pounds.
e. The manhole ring and cover shall conform with Plate SS-2.
8.11.05 Methods of Construction
A. All equipment necessary and required for the proper construction of storm sewers, manholes
and culverts shall be on the project, in first-class working condition, and approved by the
Engineer before construction is permitted to start.
B. If precast concrete pipe or manhole sections are used, the Contractor shall provide
appropriate hoisting equipment to handle the pipe or sections while unloading and placing it
in its final position without damage to the pipe.
C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required
compaction of the pipe bed, the manhole bed and the backfill, as specified.
D. Excavation and Trenching
i. The Contractor shall do all excavation to the depth shown on the plans.
ii. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation
material is encountered in trench excavation, the pipe shall be bedded in accordance
with the requirements of one of the classes of bedding, and the hard unyielding
material shall be excavated below the elevation of the bottom of the pipe or pipe bell
to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe,
whichever is greater, but not more than three -fourths the nominal diameter of the
pipe.
a. The cushion shall consist of a fine compressive material, such as silty clay or loam,
lightly compacted, and shaped as required for the specified class of bedding.
b. The cost of furnishing and placing the cushion material shall be included in the bid
price per linear foot of pipe in place.
c. The bottom of the trench shall be excavated to a horizontal section as far as
practicable.
iii. Excavated material not required or acceptable for backfill shall be disposed of by the
Contractor as directed by the Engineer.
iv. Excavation shall not be carried below the required depth; but when it is, the trench
shall be backfilled at the Contractor's expense with material approved by the Engineer
and compacted to the density of the surrounding earth material as determined by
AASHTO T180.
v. When directed, unstable soil shall be removed for the full width of the trench and
replaced with sand or with approved granular material.
a. The Engineer shall determine the depth of removal of unstable soil and the amount
of backfill necessary.
vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form
the bed for the pipe.
vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made
unless so directed by the Engineer.
viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width
which will permit the proper construction of joints and compaction of backfill around
the pipe.
ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer.
x. The width of the trench shall provide adequate working room for installation, joining
and proper compaction along both sides of the pipe.
122 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
a. Trenches shall conform to the following dimensions, unless otherwise shown on the
Plans:
Pipe Size
Min. Trench Width
Max. Trench Width
Less than 18"
Pipe O.D. +12"
Pipe O.D. +18"
18" thru 36"
Pipe O.D. +18"
Pipe O.D. +24"
37" thru 60"
Pipe O.D. + 24"
Pipe O.D. + 30"
b. The width of the trench above the top of the pipe may be as wide as necessary for
shoring, bracing or proper installation of the pipe.
c. Excavation in paved areas shall be confined to a minimum practical width.
A. The bed for pipe shall be so shaped that at least the lower quarter of the pipe
circumference shall be in continuous contact with the bottom of the trench.
xii. Manholes
a. The excavation for manholes shall be essentially the same as that for the piping.
b. The sides of the excavation shall be vertical unless otherwise approved by the
Engineer.
c. The Contractor shall do such trench bracing, sheathing or shoring necessary to
perform and protect the excavation as required for safety and conformance to
applicable laws and regulations.
d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be
done in successive stages to prevent overloading of the pipe during backfilling
operations.
e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be
included in the unit price bid per foot for the pipe.
xiii. Surface water shall be prevented from entering the excavation.
xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20
feet of the edge of the excavation.
xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the
excavation.
E. Pipe Installation
i. Contractor shall provide the appropriate tools and methods to insure installation of the
pipe to line and grade, as shown on the drawings.
ii. Contractor's method for lowering pipe into the trench shall be such that neither the
pipe nor the trench will be damaged or disturbed.
iii. The Engineer shall inspect all pipe before it is placed in the trench.
iv. Any section that is damaged by handling or is defective to a degree which, in the
opinion of the Engineer, will materially affect the function and service of the pipe shall
be rejected and removed from the job site.
v. Installing pipe in the finished trench shall be started at the lowest point and laid
upgrade.
a. For tongue and groove pipe, the grooved end shall be laid upgrade.
vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will
be smooth and uniform.
vii. The pipe shall be protected from water during placing and until the concrete, for cast -
in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly
set.
a. The contractor shall provide temporary diversions as necessary to prevent surface
water flow into the excavation.
viii. Pipe shall not be laid or installed on frozen ground.
Section 8 123
2020 Design Standards and Specifications
Streets and Drainage Specifications
ix. Pipe which is not true in alignment, or which shows any change in grade after laying or
installing, shall be taken up and re-laid or re -installed without additional compensation.
x. Mortar shall be used for caulking and filling between the pipe and the drainage
structures.
xi. Mortar that is not used within 45 minutes after water has been added shall be
discarded.
a. Retempering of mortar shall not be permitted.
xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type.
xiii. Joints shall be made water tight by means of a preformed bituminous gasket.
a. Gaskets shall be installed as recommended by the pipe manufacturer.
xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12
inches greater diameter than the outside diameter of the manhole riser section.
xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength.
xvi. Concrete placement shall conform to ACI and good construction practices.
xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms
or pouring rings.
xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown
in the Standard Details.
xix. Manholes shall be constructed to ASTM C-891 standards.
xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans
or as shown in the Standard Details.
F. Backfilling
i. All trenches and excavations shall be backfilled as the pipes and manholes are
installed, unless otherwise directed by the Engineer.
ii. Outside of street right of way the backfill material shall be selected granular material
from excavation or borrow; material which is placed at the sides of the pipe and
manhole and 1 foot over the top shall be material which can be readily compacted.
a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly
plastic clay, or any other material which is objectionable to the Engineer.
b. The material shall be moistened or dried, if necessary, to be compacted by the
method in use.
c. Backfill material shall be approved by the Engineer.
iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each
side of the pipe and manhole.
a. Special care shall be taken to secure thorough compaction under the haunches and
at the sides of the pipe and manhole.
b. This backfill shall be brought up evenly on each side of the structure to an elevation
of 1 foot over the top of the pipe, or such greater elevation as directed by the
Engineer.
c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on
the pipe and manhole.
d. Backfill shall be compacted to minimum 95 percent Modified Proctor Density.
iv. Unless otherwise directed by the Engineer or plans, excavation within street right of
way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard
concrete mix) to 2 inches below the asphalt surface.
a. The pipe shall be restrained so that during the pour the pipe shall not be displaced.
v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at
the Contractor's risk.
124 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
a. Any damaged construction shall be removed and replaced at the Contractor's own
expense.
8.11.06 Trench Protection
A. Trench excavations not exceeding five feet in depth shall be protected in accordance with
applicable OSHA, state, and local requirements.
B. Trench excavations greater than five feet in depth shall be protected in accordance with the
following specifications.
i. All work performed under this section shall also comply with OSHA Part 1926, Subpart
P and all State and Local codes.
ii. The Contractor shall be responsible for complying with all trench safety requirements,
the requirements of the specifications, drawings and all applicable codes.
iii. Trench protection shall be performed by forces having at least two years experience
with similar types of trench safety systems.
iv. The manufacturer of prefabricated items used in trench safety systems shall have at
least two years of experience in fabricating the items.
v. The contractor shall provide detailed drawings for proposed trench safety systems.
a. The drawings shall identify where each system is proposed for use and type of
system to be used.
vi. Trench excavations shall not be started until trench safety systems have been
submitted and approved by the Engineer.
vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard
data sheet and certificate of compliance stating the maximum allowable depth for the
given design pressure for each type of trench box proposed for use.
viii. If alternative systems composed of steel, aluminum, wood or a combination of
materials are proposed, the contractor shall submit design data demonstrating the
ability of the proposed materials to provide the necessary trench protection.
ix. Materials used for trench safety shall be capable of withstanding imposed loads without
excessive deflections.
x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform
to the following:
a. Steel — Steel shall be of type and thickness as required and shall have a minimum
yield stress of 36 ksi.
b. Aluminum — Type 6061-T6, thickness as required.
c. Wood in Contact with Earth — Pressure treated woods.
d. Wood not in Contact with Earth — Soft or hardwood as required.
8.12 Fences
8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated
shall be reconstructed using the same or equivalent materials, height, and construction in
the proper location.
8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of
the fence materials, as directed by the Engineer.
8.12.03 New fence construction shall be in accordance with specifications and details included on
plan sheets.
Section 8 125
2020 Design Standards and Specifications
Streets and Drainage Specifications
8.13 Salvaae of Asphalt Pavi
8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and
stockpiled at a location indicated in the plans.
8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from
the salvaged asphalt.
8.14 Traffic Control
8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall
submit a Traffic Control Plan for approval by the Engineer.
A. The contractor shall have the sole responsibility for providing, installing, moving, replacing,
maintaining, cleaning, and removing upon completion of work, all traffic control devices.
B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform
Traffic Control Devices (MUTCD).
8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum
requirement for the project.
A. The contractor shall provide additional devices as determined to be necessary during the
project.
B. If at any time during construction the approved plan does not accomplish the intended
purpose, due to weather or other conditions affecting the safe handling of traffic, the
contractor shall immediately make necessary changes to correct the unsatisfactory conditions.
8.14.03 The contractor shall provide and maintain at least one driveway to each property open
directly to the project corridor, at all times during construction.
A. Driveway width to remain open shall be appropriate for the character and volume of traffic
accessing the property, and shall require approval by the Engineer.
B. No driveways shall be closed along the project corridor without either a comprehensive access
management plan approved by the Engineer, or approval for individual closures from the
Engineer.
C. The contractor shall notify affected property owners a minimum of two (2) days in advance of
any driveway restriction or closure.
8.14.04 All signing and barricading shall be in place before construction operations are started and
during all times construction is in progress.
A. All hazards shall be clearly marked and adequately protected.
8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk
and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD.
8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be
made for traffic control. The required plan and devices shall be considered to be subsidiary
to pay items.
8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be
satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard
will result.
A. The base course shall be maintained until the wearing surface is placed thereon.
126 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
B. At no time during the period of construction shall driveways and/or alleys be left impassable
between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and
gutter for which the driveways and/or alley's shall remain closed not more than 4 days.
C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to
affected property owners, and shall conduct construction efforts so as not to create a
disturbance or nuisance.
8.14.08 All spoil piles must be 3' from travel lanes or have a traffic barrier that will prevent the soil
from encroaching on travel lanes.
8.14.09 If roll off dumpsters are placed on street paving, then the paving must be protected from
damage.
8.15 Prosecution of the Work and Working Days
8.15.01 As a standard, no work will be performed on weekends, nights, or holidays.
A. Requests by the contractor to work evenings, weekends, or holidays must be made and
processed in accordance with current City of Lubbock Administrative Policies and Procedures
"Construction on Weekends, Nights, or Holidays".
B. If the request is approved, the contractor shall be responsible for all City personnel costs
associated with the work.
C. If the Engineer determines that it is necessary and appropriate to work after dark or before
daylight, the contractor shall provide adequate lighting as required to allow prosecution of the
work equivalent to that in daylight hours.
8.15.02 Working Days Definition
A. City contracted paving projects will be based on working days allowed.
i. No requests for extensions of time will be considered.
B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of
Lubbock designated holidays, in which weather or other conditions beyond control of the
contractor will permit the performance of the principal unit of work for a continuous period of
not less than 7 hours between 7:00 am and 6:00 pm.
i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be
authorized by the Engineer.
ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the
Contractor chooses to work and has authorization from the Engineer to work, 1 day will
be charged against the contract working time.
iii. Work on Sunday will not be authorized except in cases of extreme emergency, as
determined by the Engineer.
C. Working days will be considered to begin on the effective date stated in the Notice to
Proceed, unless the contractor is unable to begin work on that date due to factors beyond
their control as determined by the Engineer.
i. In that event, time charged against the project will begin on the date the contractor
could first work a minimum of 7 hours as described above.
D. The Engineer will furnish the contractor a monthly statement showing the number of working
days used and the working days remaining.
i. The contractor shall be allowed 10 calendar days in which to protest the correctness of
each statement.
Section 8 127
2020 Design Standards and Specifications
Streets and Drainage Specifications
ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of
the protest.
iii. The Engineer shall respond to the protest within 10 calendar days of receiving the
protest.
iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the
contractor's approval of the time charges as shown on that period's time statement,
and future consideration of that time statement will not be permitted.
8.15.03 Work Between November 1 and January 2, and on Other City Holidays
A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect
local businesses during holiday periods, the Engineer may suspend construction operations
from November 1 to January 2.
B. The City of Lubbock observes specific holidays, and City staff is not required to work those
days.
i. As standard procedure, construction operations that require testing/inspection may not
be performed on those holidays.
ii. If the contractor needs to perform construction operations that require City personnel
on holidays, the contractor shall make a written request for authorization to work from
the Engineer.
iii. The request shall state the reason the work is necessary, and shall state that the
contractor agrees to pay the City for the related personnel expenses including salary,
overtime, and benefits.
iv. If City personnel are available, the Engineer may approve the request.
8.16 Measurement and Pavment
8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials,
excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing,
and all incidentals necessary to complete the work, except as otherwise specified,
necessary or incidental to complete the various items of work in accordance with the plans
and specifications.
A. Cost of work or materials shown on the plans or called for in the specifications and for which
no bid item is indicated shall be considered subsidiary to the various bid items.
i. No separate payment shall be made for such subsidiary work or materials.
B. Payment will not be made for any item that is not complete, including all associated incidental
work.
C. All of the items covered by these standard specifications may not be included in a particular
project.
D. Only those items indicated on bid documents and plan sheets shall be included for
construction and payment.
8.16.02 Separate Curb and Gutter
A. Measurement will be made of the linear feet of separate curb and gutter actually constructed.
B. Separate curb and gutter will be paid for at the unit price bid per linear foot.
C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall
be used only if specifically indicated on plans or bid documents.
128 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and
fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those
items, and no separate payment will be made for such curb.
8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters
and Fillets
A. Measurement will be made of the area, in square feet, of flat slab actually constructed.
B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab.
C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be
included in the area measured for the slab and will not be paid for as a separate item as curb
and gutter.
8.16.04 Curb Ramps (Handicap Ramps)
A. Measurement will be made of the area, in square feet, of curb ramp actually constructed,
including surface treatments and top surface area of any curb above the slab.
B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk.
C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be
made for curb as part of a ramp.
8.16.05 Concrete Drainage Channel
A. Measurement will be made of the area, in square feet, of drainage channel actually
constructed, including top surface area of any curb above the slab.
B. Drainage channel will be paid for at the unit price bid per square foot.
8.16.06 Retaining Walls
A. Retaining wall will be considered as that portion of concrete construction which constitutes a
separate reinforced structural member for soil retention, extending above and below a surface
slab.
B. Measurement will be made of the linear feet of retaining wall actually constructed.
C. Retaining wall will be paid for at the unit price bid per linear foot.
8.16.07 Concrete Median
A. Measurement will be made of the area, in square feet, of median actually constructed.
B. Median will be paid for at the unit price bid per square foot.
8.16.08 Concrete Street Paving
A. Measurement will be made of the area, in square yards, of concrete street paving actually
constructed.
B. Concrete street paving will be paid for at the unit price bid per square yard.
8.16.09 Sawing and Sealing of Joints in Concrete Street Paving
A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed.
B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot.
8.16.10 Curb and Gutter Removal
A. Measurement will be made of the linear feet of curb and gutter actually removed.
Section 8 129
2020 Design Standards and Specifications
Streets and Drainage Specifications
B. Payment will be made at the unit price bid per linear foot of curb and gutter removed.
C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet
of curb and gutter prior to removal.
D. If curb and gutter is removed without measurement by the Engineer, no payment will be
made for that removal.
8.16.11 Concrete Slab Removal and Disposal
A. Measurement will be made of the area in square feet of concrete slab actually removed and
legally disposed of.
B. The contractor shall ensure that the Engineer has the opportunity to measure the area of
concrete slab prior to removal.
C. If concrete slab is removed without measurement by the Engineer, no payment will be made
for that removal and disposal.
D. Payment will be made at the unit price bid per square foot of concrete slab removed and
disposed of.
8.16.12 1-1/2 Sack (141 Ibs) Flowable Fill
A. Quantities of 1-1/2 sack (141 Ibs) flowable fill will be determined from tickets provided by the
drivers of the delivery trucks.
B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack (120 Ibs)
flowable fill.
8.16.13 Asphalt Paving
A. Measurement will be made of the area, in square yards, of asphalt paving actually
constructed.
B. The unit price bid shall include furnishing and installing all materials, subgrade preparation,
construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and
prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work
C. Payment will be made at the unit price bid per square yard of asphalt paving.
8.16.14 Asphalt Paving Repair
A. Measurement will be made of the area, in square yards, of in place asphalt paving repair.
B. The unit price bid shall include removal of existing surface materials, furnishing and placing all
asphaltic materials, sawing of existing paving edges, smoothing and preparation of the
existing base, tack and prime coats, compaction, and all incidentals necessary to complete the
work.
C. Payment will be made at the unit price bid per square yard of paving repair.
8.16.15 Micro -Surfacing
A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used,
defined as the asphalt emulsion, aggregate, and mineral filler.
B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing
materials, and all required equipment, labor, tools and incidentals necessary to complete the
work.
C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used.
130 Section 8
2020 Design Standards and Specifications
Streets and Drainage Specifications
8.16.16 Excavation and Grading Outside Limits of Construction
A. Volume of excavation or fill, in cubic yards, will be determined by average end area method.
B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or
fill the site to the grades established by the Engineer.
C. No separate payment will be made for disposing of excess material.
D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill.
8.16.17 Ditch Grading and Unpaved Street Surface Grading
A. Measurement will be made of the linear feet of ditch or street grading.
B. No separate payment will be made for disposing of excess material.
C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading.
8.16.18 Traffic Control
A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be
paid for on a per day basis for each day the control plan devices are required to be in place.
B. If no bid item for traffic control is included in the contract it shall be considered to be
subsidiary to bid items, and no separate payment shall be made for traffic control.
8.16.19 Mobilization
A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum.
If no separate bid item for mobilization is included in the contract it shall be considered
subsidiary to contract bid items, and no separate payment shall be made for mobilization.
8.17 Restoration and Clean Up
8.17.01 After any construction covered by these specifications is completed, the Contractor shall
remove all equipment, surplus materials, and rubbish from the site.
8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the
Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and
turf or landscaping disturbed outside the defined construction area.
8.18 Certificate of Completion and Warranty
8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written
notice that the improvements have been substantially completed, the City shall inspect the
completed improvements and provide a punch list if necessary.
A. If it is mutually determined that the improvements have been constructed in accordance with
the engineering plans and the City of Lubbock Engineering Minimum Design Standards and
Specifications, the Developers Engineer shall submit Record Drawings, Certificate of
Completion and Developers Warranty Statement (Copies of the Certificate of Completion and
the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum
Design Standards and Specifications).
Upon receipt of the Developers Certificate of Completion, Record Drawings and the
Developers Warranty Statement, the City will accept improvements within 30 calendar days;
unless exception is given in writing.
Section 8 131
2020 Design Standards and Specifications
Streets and Drainage Specifications
C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or
Contractor of responsibility related to warranty of materials or workmanship.
D. The Developer shall remedy any defects due to faulty materials or workmanship that appear
within 2 years from the date of acceptance by the City of Lubbock.
132 Section 8
2020 Design Standards and Specifications
Streets and Drainage Check List
SECTION 9
CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS
9.01 Plan Submittal Reauirements
9.01.01 All street and drainage improvements construction plans shall be checked for conformance
with City of Lubbock Standard Specifications for Street and Drainage Construction prior to
submittal to the Engineering Department. Approval of plans is for general conformance
with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans
shall not relieve the Engineer or Developer from any City, State or other governing
requirements nor for errors or omissions in the plans and specifications.
9.01.02 Plan Review
A. The Design Engineer shall submit Paving and drainage construction plans to the City Engineer
or designee for review and comment. The Design Engineer shall use the City of Lubbock
Customer Self Service (CSS) website to submit plans.
http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home
B. Please call 806-775-2347 if you have any questions regarding the CCS submission process.
C. Upon completion of review and receipt of payment for appropriate Plan Review fees,
comments shall be returned to the Design Engineer on the CSS website.
i. Plans requiring resubmittal for substantial changes as determined by City Engineer or
Designee may require payment of an additional Plan Review fee.
D. After comments have been addressed and changes have been made the Design Engineer will
submit the revised plan using CSS website.
i. If comments have not been addressed on plans submitted for final approval for
construction the plans will be rejected.
ii. If testing and inspection fees have not been paid, plans will be rejected.
E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for
Construction" through the CSS web site.
i. The design Engineer will be required to submit two half size copies of the approved for
construction stamped plans.
F. Final construction plans should not be submitted for Engineering Department approval for
work that will not be installed within 6 months of the approval date.
i. Delays between approval date and construction may require resubmittal of the plans
for review under current standards.
9.01.03 Construction Cost Estimate and Fees
A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan
review submittal.
i. The preliminary Estimate shall be based upon reasonable estimates for the work as
established by the Design Engineer.
B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time
that a contract is awarded for the work.
i. The final Cost Estimate shall be based upon actual contract values.
C. Plan Review Fees in the amount of 0.5 percent of the final Estimate amount (minimum $50)
shall be submitted prior to construction.
Section 9 133
2020 Design Standards and Specifications
Streets and Drainage Check List
D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount
(minimum $125) shall be submitted prior to construction.
E. Inspection and Testing Fees shall be based on the following requirements:
Cost Estimate Range
Testin
and Inspection Fee
Percent
Multiplication Factor
Up to $20,000
4.0
0.04
$20 001 - $25 000
3.75
0.0375
$25,001 - $30,000
3.5
0.035
$30,001 - $40,000
3.25
0.0325
$40 001 - $50 000
3.0
0.03
$50,001 - $75,000
2.5
0.025
$75,001 - $150,000
2.0
0.02
Greater than $150,000
1.5
0.015
9.01.04 Checklist
A. A copy of the completed "City of Lubbock Pavement Submittal Checklist" shall be submitted at
the time of plan review submittal. The checklist can be found in the Appendix.
9.01.05 Construction Plans
A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly
marked "Approved for Construction" with the signature of reviewer and date approved by the
Engineering Department.
B. Should circumstances during construction warrant changes from the approved plans or
specification, as determined by the City Inspector, a written approval must be obtained from
the City Engineer.
i. Copies of the written approval shall be attached to the construction plans and
maintained on the job site.
9.01.06 Record Drawings
A. The Design Engineer shall be responsible for recording constructed dimensions, grades,
elevations and additional information on a set of Record Drawings during the progress of
construction.
i. The City of Lubbock Engineering Department shall monitor this process to assure that
changes in construction are kept up to date on the Record Drawings.
B. Digital PDF "Record Drawings", certified by the Design Engineer and the City of Lubbock
Engineering Department, shall be submitted to the City within 30 days of completion of the
construction.
C. Where the construction is phased and a lapse of more than 60 days occurs between phases,
then Record Drawings shall be presented to the City of Lubbock Engineering Department
reflecting the completed construction prior to issuance of the Certificate of Acceptance of
Streets and Drainage Improvements.
D. Items required to be submitted with Record Drawings:
i. Letter of Transmittal
ii. Record Drawing
iii. Updated Construction Cost Estimate
iv. Certificate of Completion (Provided to Contractor from City Inspector)
v. Developer's Warranty Statement (See Appendix)
134 Section 9
2020 Design Standards and Specifications
Streets and Drainage Check List
9.01.07 Acceptance
A. Upon completion of construction, satisfactory tests, completion of punch list items, and
submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer
for a Certificate of Acceptance of Streets and Drainage Improvements.
Section 9 135
2020 Design Standards and Specifications
Streets and Drainage Check List
9.02 Plan Details
9.02.01 Plan Format
A. All drawings shall be no larger than 22-inch by 34-inch in size.
9.02.02 The following information shall be shown on the plans:
A. General
i. Title Block (lower right hand corner preferred)
ii. Scale
a. Horizontal 1"=20' or 1"=50'
b. Vertical 1"=1' (preferred) or 1"=2' (maximum)
iii. Original Date and Revision Dates
iv. Name of Professional Engineer
v. Professional Engineer's Seal
vi. Firm Name and Contact Information
vii. Legal Description of Property Being Improved
viii. Drawings Number (s)
ix. City of Lubbock Engineering Department Contact Information:
a. Streets Inspector: 775-3750
x. Statement:
"All work shall be performed in accordance with the current
version of the City of Lubbock Minimum Design Standards and
Specifications."
B. Plan
i. Bench Marks and USGS Datum
ii. North Arrow
iii. ROW Lines, Property Lines and Lot Numbers
iv. Street Names and Easements with Width Dimensions
v. Existing Curbs and Paving (Gray)
vi. Proposed Curbs and Paving (Bold)
vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches
viii. Location and Direction of Dips
ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.)
C. Profile
i. Existing Ground Surface at Curb Lines (Gray)
ii. Existing Gutters or Flow Lines (Gray)
iii. Proposed Gutters or Flow Lines (Bold)
iv. Stationing with Profiles Indexed to Plan View
v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii
vi. Ditch Grades
vii. Existing and Proposed Utilities Where Crossed
D. Detail Sheet
i. Details are not required when engineers plans refer to City standards
ii. Include all non-standard details
136 Section 9
2020 Design Standards and Specifications
Streets and Drainage Check List
Overall Layout Sheet — As Required
i. Scale 1 "=100'
ii. Lot Lines
iii. Streets and Street Names
Section 9 137
2020 Design Standards and Specifications
Streets and Drainage Check List
138 Section 9
Design Standards and Specifications
Construction Details
SECTION 10 TYPICAL DETAILS OF CONSTRUCTION
Section 10 A
Design Standards and Specifications
Construction Details
A Section 10
Design Standards and Specifications
Construction Details
10.01 General Details
10.01.01 Construction shall be in accordance with the following standard details unless otherwise
indicated on plans or directed by the Engineer.
Section 10 A
2'
HOUSE
SERVICE
JI
TYPICAL LOT
5'
5'
WATER LINE WATER
GAS LINE
SEWER LINE
5 jI�
TYPICAL LOT
20'
10,
7' 6"
5'
10,
7' 5"
5'
3' 9"
2'
0
m
UTILITY
POLE
UTILITY
G
POLE
m
FINISHED
RADE
No
N z_ V
z
� BURIED
T.V. CABLE
URIED
AT&T CABLE
BURIED
GAS MAIN NTS CABLE
;T
z
CONCRETE PAD "v
OVER BURIED
ELECTRIC
CONDUIT
WATER
MAIN
HOUSE
SERVICE
Nor
L2'
BURIED
ELECTRICAL
BURIED
ELECTRICAL 9' MINIMUM SEWER
CABLE MIN
CABLE
2'
TYPICAL LOCATIONS
a(�
City of
REVISED
MAR. 2019
FOR UTILITIES IN ALLEYS
*Lubbock
DRAWING NUMBER
G-1
COMPROMISED SOIL
DUE TO MOISTURE
FROM A WATER LEAK
OR RAIN EVENT
PIPE SPRINGLINE
ZONE
NOTES:
ORIGINAL EXCAVATED TRENCH WIDTH
OVEREXCAVATED FOR COMPACTION
1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY
PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS.
3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY
OF LUBBOCK STREETS ORDINANCE.
FINISHED GRADE SURFACE
FINAL
BACKFILL
H
INITIAL w
BACKFILL m
0
w
m
w
w
a
a
HAUNCHING
BEDDING
FOUNDATION
(MAY NOT BE REQUIRED)
*1141
W REVISED
TRENCH CROSS-SECTION 11E o C;tv of
DEC. 2015
SHOWING TERMINOLOGY Lubb6ck DRAWING NUMBER
TEXAS G-2
Design Standards and Specifications
Construction Details
10.02 Water Details
Section 10
No Text
FINISHED GRADE SURFACE
NOTES:
1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY
PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS.
2. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY
OF LUBBOCK STREETS ORDINANCE.
WATER LINE
TRENCH DETAIL
f#r ■
City of
ll�Lubbock
REVISED
DEC. 2012
DRAWING NUMBER
W-1
THRUST BLOCK
SIZING CHART
DIA.
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
10
27
12
37
16
53
18
64
20
77
24
104
30
149
ANCHORAGE FOR CROSS
N.T.S.
REMOVE PIPE SECTION,
TRIM AND REPLACE
FOLLOWING INSTALLATION
METAL OF PLUGS
PLATE
LINE TO BE - - - - LINE TO REMAIN
ABANDONED IN SERVICE
CONCRETE BLOCKING
TYPICAL 2,500 PSI
CONCRETE
CONCRETE
THRUST
BLOCK
I ='� TEE
I
ANCHORAGE FOR TEE
N.T.S.
PLUG W/EARS
THRUST BLOCK
SIZING CHART
DIA.
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
10
27
12
37
16
53
18
64
20
77
24
104
30
149
CAP OR PLUG
ON PRESSURE SIDE
CONCRETE -A.-
THRUST -
BLOCK - - -
ANCHORAGE FOR PLUG
N.T.S.
THRUST BLOCK
SIZING CHART
DIA.
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
10
27
12
37
16
53
18
64
20
77
24
104
30
149
NOTES:
THRUST BLOCK
SIZING CHART
DIA.
INCHES
TEES CROSS & PLUGS
CF
4
3
6
6
8
15
10
27
12
37
16
53
18
64
20
77
24
104
30
149
1. FOR BLIND TEE INSTALL ONE JOINT OF
PIPE WITH PLUG AND TREAT AS A DEAD
END LINE.
2. BEARING SURFACES SHALL BE
AGAINST UNDISTURBED GROUND.
3. CONCRETE BLOCKING SHALL BE TYPICAL
2,500 PSI CONCRETE.
4. DUCTILE IRON FITTINGS SHALL BE WRAPPED
WITH POLYETHYLENE ENCASEMENT PRIOR
TO PLACEMENT OF CONCRETE FOR THRUST
BLOCKING.
SIZE ACCORDING TO AWWA & PIPE
MANUFACTURER SPECIFICATIONS
REVISED
CONCRETE �', o City- of DEC. 2012
THRUST BLOCKING Lubb6ck DRAWING NUMBER
TEXAS W_2
THRUST BLOCK THRUST BLOCK
SIZING CHART SIZING CHART
DIA. 11.250 DIA. 22.50
INCHES CF INCHES CF
4 1 4 1
6 1 6 1
CONCRETE 0 2CONCRETE 0 3
THRUST 12 3 THRUST 12 8
BLOCK —— BLOCK
16 4 16 11
— 18 4 — — —= -- 18 13
20 5 20 16
11.25
p 24 7 22.5° BEND --� __ 24 21
BEND — 30 10 30 30
ANCHORAGE FOR A 11.25° BEND ANCHORAGE FOR A 22.5° BEND
N.T.S. N.T.S.
-= _-
_ — - CONCRETE
= THRUST
— — —__ BLOCK
45°BEND
ANCHORAGE FOR A 45° BEND
THRUST
SIZING
BLOCK
CHART
DIA.
INCHES
450
CF
4
1
6
2
8
4
10
7
12
15
16
21
18
25
20
30
24
40
30
58
N.T.S.
CONCRETE THRUST
BLOCK _ _ — -n- -r-
NO.3 BARS je
EACH WAY
VERTICAL BEND
N.T.S.
CONCRETE
THRUST BLOCKING
90° BEND
ANCHORAGE FOR A 90° BEND
N.T.S.
NOTES:
CONCRETE
THRUST
BLOCK
THRUST
SIZING
BLOCK
CHART
DIA.
INCHES
900
CF
4
2
6
4
8
9
10
17
12
27
16
38
18
46
20
55
24
30
74
1 106
1. BEARING SURFACES SHALL BE
AGAINST UNDISTURBED GROUND.
2. CONCRETE BLOCKING SHALL BE TYPICAL
2,500 PSI CONCRETE.
3. DUCTILE IRON FITTINGS SHALL BE WRAPPED
WITH POLYETHYLENE ENCASEMENT PRIOR
TO PLACEMENT OF CONCRETE FOR THRUST
BLOCKING.
SIZE ACCORDING TO AWWA & PIPE
MANUFACTURER SPECIFICATIONS
City of
Lubbock
TEXAS
REVISED
DEC. 2012
DRAWING NUMBER
W-3
3 1/2" X 3/8" DEEP RECESS METER
OFOR AMR PAD WITH
2' HOLE FOR ENDPOINT O D U p Q p p Q
17„ QopoQoQopoQ � 00 17,E
opopopopopopop
Q�Q�Q�Q2131b'MQ�Q�
F� 18" - 18"
2"
LID
N.T.S.
�21z"�
u"
28 16
NOTES:
1. LID MATERIAL: HDPE
2. BODY MATERIAL: LLDPE
3. WALL THICKNESS: 3/8" MINIMUM
TYPICAL 1" NON -TRAFFIC
RATED METER BOX
METER
0�0�0�0�0� �0
0.0�
�popopopopopop
2131bMQ�p�
i � 20Z
1. u
27 16"
Lubbity ock
TEXAS
REVISED
JAN. 2020
DRAWING NUMBER
W-4
TYPICAL 2,500 PSI
CONCRETE THRUST
BLOCK
EXISTING MAIN
RETAINER GLANDS
TAPPING VALVE
NOTES:
45° 45° TYPICAL TAPPING
SLEEVE
1. TAP SHALL BE HORIZONTAL TO MAIN.
2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD
SIZE SMALLER THAN MAIN TO BE TAPPED.
3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY
FORCES.
4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN
ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF
THESE SPECIFICATIONS.
TYPICAL TAPPING
SLEEVE AND VALVE
LIMIT OF WORK
FOR TAP -IN
War
City of
Lubbock
T E X A 5
REVISED
DEC. 2012
DRAWING NUMBER
W-5
900 BEND
METER
BYPASS
SERVICE
LINE
GATE
VALVE \
o I
TYPICAL
VALVE BOX
& COVER
MI X MI X THREAD
TEE
REDUCER
GATE
VALVE
O
p
WATER
METER
O
GATE
VALVE
REDUCER (IF REQUIRED)
900 BEND
MI X MI X THREAD
TEE
❑
TAPPING SLEEVE
AND VALVE
EXISTING MAIN
NOTE:
1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN
BE LOCATED INSIDE METER VAULT.
REVISED
TYPICAL LARGE
C;tv of
DEC. 2012
DOMESTIC METER TAP
Lubb
6 C%
DRAWING NUMBER
TEXAS
W_6
TYPICAL FIRE -
HYDRANT
TYPICAL VALVE BOX
AND COVER WITH
CONCRETE COLLAR
PROPOSED FINISHED GRADE SURFACE
C-900
PVC RISER
4' MIN COVER
6" GATE
WATER'W VALVE
MAIN
W
TYPICAL 2,500 PSI
VALVE BLOCKING
VARIES BACK OF CURB OR
r
(SEE NOTE #1) EDGE OF PAVEMENT
0.2' MIN 18
0.4' MAX
CONC. CURB
SOLE -PURPOSE
FIRE HYDRANT
LINE L 2' X 2' SQ.
6" OUTLET M.J. X FLG.
OR ANCHOR TEE (OPTIONAL)
WITH M.J. X M.J. VALVE
NOTES:
1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM
BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM
AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS,
OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF
CURB OR EDGE OF PAVEMENT SHALL BE 3' MINIMUM AND 6'
MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN
SIDEWALK AREAS. MAINTAIN T MINIMUM CLEARANCE TO ANY
OBSTRUCTION.
2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS
3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM
C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS
FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 1501.
4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION
NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY
BELOW THE FIRE HYDRANT.
5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED
AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT
LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT
BLOCK DRAIN HOLES.
I=iII, II
- DO NOT
BLOCK DRAIN
TYPICAL 2,500 PSI
CONCRETE THRUST
BLOCK
TYPICAL BLUE
RAISED PAVEMENT
MARKER PLACED
AT CENTERLINE
3' MIN OF ROADWAY
12" MIN
oxv War
TYPICAL FIRE HYDRANT � c'tv"f
Lubb o ck
T E X A 5
REVISED
MAY 2015
DRAWING NUMBER
W-7
MATCH PAVING THICKNESS TYPICAL VALVE BOX
MIN. 6" AND COVER
I
FINISHED GRADE SURFACE
H.M.A.C. PAVEMENT
III CONCRETE COLLAR
(NOT REQUIRED IN
—III—� CONCRETE PAVEMENT)
I-I I II I= FLOW FILL WHEN
CONCRETE COLLAR
_ I=1 11=1 I IS CUT IN AFTER
ASPHALT PAVING
6" PVC C900
=1 11-1 11-1 11-1 RISER PIPE
1-111-111— d �v
TYPICAL
TRACER WIRE
-- — - — - — - —
I
°p
1-1/
I °�e
TYPICAL PIPE
BEDDING &
EMBEDMENT
NOTES:
TYPICAL GATE VALVE
WATER MAIN
L 8" X 8" X 6" MIN. 2,500 PSI CONCRETE
BLOCK UNDER BODY OF BURIED VALVES
1=1 1 1-1 1
VALVE COVER SHALL
BE STAMPED
"WATER VALVE"
1. TREAT EACH SIDE OF VALVE AS A DEAD END OF EQUAL SIZE.
INSTALL THE CORRESPONDING LENGTH (FOR A DEAD END) OF FULLY
RESTRAINED PIPE THE FULL DISTANCE ON EACH SIDE OF VALVE
2. CONCRETE SUPPORT CRADLE AND SUPPORT PAD SHALL BE 3,600 P.S.I.
CONCRETE.
3. POLYWRAP BURIED GATE VALVES AND FITTINGS
4. TORQUE BOLTS PRIOR TO BACKFILL PER MANUFACTURERS RECOMENDATIONS
5. TOP OF VALVE NUT SHALL BE LESS THAN 6 FEET FROM FINISHED GRADE.
IF MORE THAN 6 FEET, INSTALL EXTENSION SO THAT TOP OF NUT IS LESS
THAN 6 FEET FROM FINISHED GRADE.
6. SET COVER OF VALVE BOX AND COLLAR 1/4" BELOW GRADE IN PAVEMENT OR
SHOULDER, AND 2" ABOVE GRADE ELSEWHERE.
BURIED VERTICAL GATE
VALVE DETAIL
2- SQUARE
City Of
Lubb o ck
TEXAS
VALVE BOX
AND COVER
CONCRETE COLLAR
(NOT REQUIRED IN
CONCRETE PAVEMENT)
N0. 4 BARS
EACH WAY
ORIENT SQUARE PARALLEL
OR PERPENDICULAR TO
SREET OR CURB
REVISED
APRIL 2019
DRAWING NUMBER
W-8
0
zo
HORIZANTAL GATE
VALVE IN VAULT
T\/!1T!`A1 I.A AI.I LIl11 G GI'1 AI.AL A�II'l !`/1\/LR
City of
Lubbock
T E X A 5
NO. 5 BARS
10" O.C. VERT.
NO. 5 BARS
8" O.C. HORZ.
REVISED
DEC. 2012
DRAWING NUMBER
W-9
4" D.I. PIPE
"GOOSENECK"
WITH WIRE
BUG SCREEN
LIP T-0"
ABOVEGROUND
VARIES
IIII�IIII '
12" BLIND FLANGE
I —I 1I—CCI I
4" BEDDING=IJ o•
FINISHED GRADE SURFACE
9" SLABIFE1 I I--
'
III -III-
I —I °
2„LIP
'-1 I I-
HANDWHEEL
— 3/4" CRUSHED
ROCK
—" I-11 III—III-
4' MIN.
=I I I- I— I 1-1 I I-
II1I1III1I1III11 1III
TYPICAL MANHOLE
FRAME & COVER
—III—III—I
I —III—i
#6 BARS 6"
I,
O.C. EA. WAY
=1 I I
II
e
COMB. AIR
I I I
°
RELEASE a
I- 2" FLANGED
& AIR INL e
GATE VALVE
111
°
0
1— #5 VERT. INNER
12" BLIND —
I FACE 10" O.C.
FLANGE
III
I #5 HORIZ. OUTER
e .
FACE 8" O.C.
°
---
---- �e
— ----�
0
8III
H_
6'IMIN.
^&rr REVISED
AIR & VACUUM A*A'aI City of DEC. 2012
RELIEF VALVES '■ Lubbock DRAWING NUMBER
W-10
CONCRETE ROCK
CONCRETE VALVE BOX
City of
Lubbock
TEXAS
REVISED
DEC. 2012
DRAWING NUMBER
W-11
CONCRET�+v� ,. O.C. EACH WAY
BUTTERFLY VALVE
IN VAULT
City of
Lubbock
TEXAS
REVISED
DEC. 2012
DRAWING NUMBER
W-12
A
�3pROAN IROry
1 " RAISED LETTERING
A T E R (RECESSED FLUSH)
CUSTOM LOGO
pF L I
B �-1 66
V B n
PI) EPIC CKB RSA
MADE IN 115p
A
32" DIA
21 3/4"
r �
v �
N 23
SECTION A -A
V-1430 A
PROD.NO. SECTION B-B
MO/DAY/YR
ASTM A48 CL35B
NOTES:
1. SANITARY SEWER MANHOLE FRAME
AND COVER I.D.: 4143009OA01
BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME
AND COVER I.D.: 41430091AOI
REVISED
TYPICAL WATER � IV,, Cityof DEC 2015
VAULT COVER ll�Lubbock DRAWING NUMBER
W-13
•
m
A A
N
Q
0
O •
• B ��1y
M9�rN v 1a2o BB
�/Sq ® • 1 ��
1/2"
l
AA
32 3/16" 1 1/2"
4 1/2"
30"
40 3/4"
��r r REVISED
TYPICAL WATER �'aI City of DEC. 2012
ll�T .
VAULT FRAME ubb o Ck DRAWING NUMBER
W-14
2 T ,,-CARSONITE MARKER
GROUND SURFACE R
II -I I I -I I I -I I „III-u =I I i= _..
114" MI IIi li lI I 16" =-III SQUARE TRAFFIC RATED / OR NON
FOR HDPE OR PEX-A USE=I =
24" MIN -
TRAFFIC RATED METER BOX
APPROVED THREAD II -
X SLIP FITTING
4' TYP.
CORPORATION STOP
�_lillil�r'
CURB STOP
45' FOR HDPE OR PEX-A USE APPROVED
WATER MAIN + THREAD X SLIP FITTING
COPPER OR APPROVED HDPE PEX-A
TAPPING SADDLE
NOTES:
1. STANDARD 1" SERVICE TAP
2. 1" SERVICE SADDLES SHALL HAVE AWWA TAPERED THREADS.
3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED
GROUND SURFACE.
4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID.
5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF
LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS.
TYPICAL 1" WATER SERVICE DETAIL
oxv War
City of
Lubbock
TEXAS
REVISED
DEC. 2015
DRAWING NUMBER
W-15
W
2 T ,-CARSONITE MARKER
GROUND SURFACE R
-IIi II- IT m m m
14 IvIliliil�iiliii 16 SQUARE TRAFFIC RATED / OR NON
24" MIN iii TRAFFIC RATED METER BOX
4' TYP.
CORPORATION STOP
CURB STOP
45' CORPORATION STOP
WATER MAIN
TAPPING SADDLE COPPER SERVICE TUBING
NOTES:
1. STANDARD 2" SERVICE TAP
2. 2" SERVICE SADDLES SHALL HAVE IPS THREADS.
3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED
GROUND SURFACE.
4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID.
5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF
LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS.
REVISED
TYPICAL 1 1/2", OR 211olf �',# C;t�. o f DEC. 2015
WATER SERVICE DETAIL Lubb6ck DRAWING NUMBER
TEXAS W-16
TYPICAL TAPPING SLEEVE
NOTES:
1. THIS DETAIL SHALL APPLY TO ALL WATER LINES < 16" DIAM.
2. TAPPING DISTANCES FOR LARGER LINES SHALL BE CASE BY CASE.
TAPPING SLEEVE
MINIMUM DISTANCE
City of
Lubbock
TEXAS
REVISED
DEC. 2015
DRAWING NUMBER
W-17
Design Standards and Specifications
Construction Details
10.03 Sewer Details
Section 10 C
W
}Z
F
w I TYPICAL SANITARY SEWER
p I MARKER (2" X 4" PAINTED GREEN)
a
=III III III III III III III III III III III III III III I U a
B I I I I-1 I B I I -I I I -I I B I I -I I I -III I 11, I I I I -I I I -I I
' 1-I 11-11 ' 1=1 11=1 I EI I E111=1 I I 1 I I-111-
_' I i-
4" 450 BEND
H
4" RISER 4" PLUG
�
0
4" MIN. TEE MAX. NOT
TO EXCEED ONE STANDARD
SIZE SMALLER THAN MAIN
FLOW SEWER MAIN
4" 450 BEND
4" PLUG J
4" MIN. TEE MAX. NOT
\-
TO EXCEED ONE STANDARD
SIZE SMALLER THAN MAIN
FLOW SEWER MAIN
NOTES:
1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN.
2. NO SIZE -ON -SIZE TAPS.
3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY
AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM
FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE
DEEPER BASED ON DEVELOPMENT REQUIREMENTS.
4. PLUG SHALL BE PRESENT AT OR NEAR PROPERTY
LINE OR EDGE OF PAVEMENT.
TYPICAL SEWER
SERVICE TAP
wi
zl
w I TYPICAL SANITARY SEWER
a.
p I MARKER (2" X 4" PAINTED GREEN)
a
A$ War
City of
Lubbock
T E X A 5
w
J
REVISED
DEC. 2015
DRAWING NUMBER
SS-1
A
�3pROAN IROry
SUBSTITUTE "STORM" 1 " RAISED LETTERING
FOR STORM SEWER (RECESSED FLUSH)
APPLICATION P NIT q
S R y CUSTOM LOGO
p F L (/
V BEPIC
n
PICKB RSA
S E W E R
MADE IN 115p
A
32" DIA
21 3/4"
r �
v �
N 23
SECTION A -A
V-1430 A
PROD.NO. SECTION B-B
MO/DAY/YR
ASTM A48 CL 35B
NOTES:
1. SANITARY SEWER MANHOLE FRAME
AND COVER I.D.: 4143009OA01
BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME
AND COVER I.D.: 41430091AOI
REVISED
TYPICAL � � ,, City o f DEC. 2015
MANHOLE COVER iliLubbock DRAWING NUMBER
SS-2
•
m
A A
N
Q
0
O •
• B ��1y
M9�rN v 1a2o BB
�/Sq ® • 1 ��
1/2"
l
AA
32 3/16" 1 1/2"
4 1/2"
30"
40 3/4"
��r r REVISED
TYPICAL A*Asso City of DEC. 2012
MANHOLE FRAME ll�T .ubbock DRAWING NUMBER
SS-3
TYPICAL JOINT SEALANT
EACH JOINT OF RISER &
RING & COVER. MAXIMUM
GRADE ADJUSTMENT 18"
ELEVATION VIEW
NOTES:
1. CONCRETE SHALL BE MINIMUM 4000 P.S.I.
2. REINFORCING SHALL BE MINIMUM GRADE 60.
PRECAST CONCRETE
ECCENTRIC CONE
SECTIONAL VIEW
City of
Lubbock
TEXAS
REVISED
DEC. 2015
DRAWING NUMBER
SS-4
3600 PSI: CONC. MIN.
TYPICAL MANHOLE FRAME AND COVER
IF PAVED MATCH
PAVING THICKNESS NON -SHRINK GROUT
OR MIN MIN. 6"
it 1 1 r-i-111-'--
-�
30"'
GRADE RINGS FOR
GRADE ADJUSTMENT
(MAX 18")
ECCENTRIC CONE SECTION
T
SEAL ALL JOINTS
PER MANUFACTURER
REQUIREMENTS
H
0
ASTM 478 p -0 9� RISER SECTION
(TONGUE & GROOVE)
BOTTOM RISER SECTION
(BUTT & GROOVE)
1" TO 2" GROUT SPACE
CONCRETE BASE
FORMED SURFACES
} 6" OR 1/4 PIPE DIA.(P)
i WHICHEVER IS LARGER
#4 BARS-6" O.C. EA. WAY
ORIENT SQUARE PARALLEL
R PERPENDICULAR TO
2" BELOW BOTTOM OF PIPE
S
SREET OR CURB
5'SQUARE
STANDARD SANITARY
SEWER MANHOLE
H
P
D
T
4'TO 16'
6" TO 15"
MIN. 48"
MIN. 5"
18" & OVER
MIN. 60"
MIN. 6"
16'&DEEPER
ALL SIZES
MIN. 60"
MIN. 6"
(a
PLAN VIEW
FRAME & COVER
CONCRETE COLLAR
(NOT REQUIRED IN
CONCRETE PAVEME
NO. 4 BARS
EACH WAY
141I, REVISED
PRECAST REINFORCED '�� ;t�,{,f DEC. 2015
CONCRETE MANHOLE Lubb6ck DRAWING NUMBER
TEXAS SS_5
BACKFILL COMPACTED TO
95% MODIFIED PROCTOR
(ASTM D-1557)
H
MINIMUM WALL THICKNESS
OF .5 INCHES
112" MIP
4
CONCRETE BASE AS REQUIRED TO J
COUNTERACT FLOTATION, SEE NOTE
ANTI -FLOATATION
BTM. 54" DIA
AND 2" FLANGE
SEE MANHOLE COLLAR DETAIL
II FACTORY BONDED JOINT
41
NOTES:
_ CONTRACTOR TO PROVIDE SUFFICIENT
QUANTITY OF CONCRETE OVER
ANTI -FLOTATION RING TO COUNTERACT
FLOTATION AS SPECIFIED BY THE
ENGINEER
H
FIBERGLASS MANHOLE
3600 PSI CONCRETE
MATCH TOP OF ADJACENT 18" MIN
PAVNIG
o 12"
PAVEMENT AND FLOW
FILL PER UEM - 01
BACKFILL COMPACTED TO
95% MODIFIED PROCTOR
DENSITY
18" MIN
I
STD 30" MH FRAME & LID
FRP OR CONCRETE
MANHOLE RISER
SECTION
18" MIN
' 4
H
P
D
470 16'
6" TO 15"
MIN. 48"
18" & OVER
MIN. 60"
16'&DEEPER
ALL SIZES
MIN. 60"
INTEGRAL FIBERGLASS
BENCH W/ NON-SKID
COATING. MIN 1/4 INCH
THICKNESS
CONCRETE - 3000 PSI
@ 28 DAYS
PVC STUB
PROVIDE 4" - 6" OF
CRUSHED STONE
LEVELING COURSE
3/4" CHAMFER TYP.
FINAL GROUND
SURFACE
3600 PSI CONCRETE
BACKFILL COMPACTED TO
95% MODIFIED PROCTOR
DENSITY
1410 REVISED
War
� City- of APRIL 2019
FIBERGLASS MANHOLE LL1bb6Ck
DRAWING NUMBER
TEXAS SS-5b
OMING SEWER
450 BEND
PVC PIPE
900 BEND
NOTE:
1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE &
UNDER PIPE WITH FLOWABLE FILL.
OUTSIDE DROP REVISED
REVISED
� City of MAY 2014
MANHOLE (PVC) Lubbock
DRAWING NUMBER
(NEW MANHOLE INSTALL) TEXAS SS-6
NOTE:
1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE
& UNDER PIPE WITH FLOWABLE FILL.
INSIDE DROP ON
EXISTING MANHOLE
**Ivor
City of
Lubbock
TEXAS
TYPICAL
EPDXY
REVISED
DEC. 2012
DRAWING NUMBER
SS-7
STRAIGHT THROUGH MANHOLE
SLOPE
TYPICAL
MANHOLE FLOORS
BEND AT MANHOLE
JUNCTION AT MANHOLE
CUT OUT TOP OF PIPE
OR SHAPED CONCRETE INVERT
SHAPED CONCRETE INVERT
Mr1d41ZKi1110 741:811WA iA
oxv War
City of
*Lubb6ck
TEXAS
REVISED
DEC. 2015
DRAWING NUMBER
SS-8
5'- MAXIMUM CARRIER PIPE
BETWEEN SPACERS I' MAX
PIPE JOINT
CASING SPACERS SHALL BE FOUR CASING SPACERS ADDITIONAL SPACERS,
SPACED A MAXIMUM OF ONE PER PIPE JOINT AS REQUIRED TYPICAL EACH END
FOOT FROM EACH SIDE OF JOINT TO MEET MAXIMUM SPACING OF CASING PIPE
STEEL SPACER BODY STEEL CASING PIPE
45° 45
CADMIUM PLATED
45° 45 STUDS, NUTS, AND
PIPELINE WASHERS, TYP.
30° i " 30
45 4
FILL SPACE BETWEEN
EXCAVATED BORE AND
CASING PIPE WITH
CEMENT GROUT
L = D, WITH L MAX. = 16"
1. BEVEL END OF CASING PIPE TO REMOVE
ALL SHARP EDGES TO PREVENT DAMAGE
TO THE CARRIER PIPE.
2. THE END -SEAL SHALL BE ATTACHED TO
THE PIPE AND CASING SO AS TO PROVIDE
A WATER -TIGHT END SEAL.
3. FOR CASINGS OVER 12 INCHES IN DIAMETER,
PROVIDE TWO CLAMPS OR BANDS ON EACH
END OF EACH SEAL.
4. CASING PIPE SHALL HAVE END -SEALS
INSTALLED ON BOTH ENDS PRIOR TO
BACKFILLING ADJACENT PIPE TRENCHES.
L L
)/2
�r REVISED
PIPELINE ENCASEMENT m''+I77r�7 City of DEC. 2012
DETAIL L �1 bock DRAWING NUMBER
TEXAS SS-9
FINISHED GRADE SURFACE
1
IIEl I I-1 I I
=1II II1I1= III III1I1=�'
�-III-1 I I I -I I -I I �-
-III- I
-1 1 ElI-
IIIII IIIII 11�
� IIIIII IIIII 11
FINAL
( IIIII 11111 BACKFILL
PIPE WIDTH
12" COVER
EMBEDMENT w
MATERIAL z
o
m
PIPE SPRINGLINE w
ZONE a;
HAUNCHING
6" BEDDING
FOUNDATION
(MAY NOT BE REQUIRED)
-1 I-111-III-111-1 I 1-1 11-1 I El
NOTES:
1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY
PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS.
3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY
OF LUBBOCK STREETS ORDINANCE.
REVISED
TRENCH CROSS-SECTION City of APRIL 2019
SHOWING TERMINOLOGY Lubbock DRAWING NUMBER
TEXAS SS'10
Design Standards and Specifications
Construction Details
10.04Street and Drainage Details
Section 10 D
NOTE:
1. DRIVEWAYS MUST CONFORM TO ORDINACE SECTION 36.04.126
2. SPACING OF DRIVEWAYS "C" ALONG A ARTERIAL:
• WHEN INTERSECTING A RESIDENTIAL STREET - 50'
• WHEN INTERSECTING ANOTHER ARTERIAL, A COLLECTOR
OR AN INDUSTRIAL STREET- 150' ENTERING AND 100' EXITING
v
A
v
m
z
m
m
R
ISLAND, 50 SQ.FT. MIN.
AREA IF USED.
R
PROPERTY LINE 1 F
R
i
VISIBILITY
TRIANGLE
N
25'
C
LR ) ly
DIMENSION
REFERENCE
RESIDENTIAL
STREET
ARTERIAL
STREET
COLLECTOR
STREET
INDUSTRIAL
STREET
(ROADWAY CLASSIFICATION,
(R1A, 32')
MINOR, 66'
R2, 42'
N"
(I, 42 )
ROADWAY WIDTH
(RI, 36')
MAJOR, 88'�
46'�
ONE-WAY WIDTH
W
12'
15'
15'
20'
-------- --- - --
TWO-WAY -MINIMUM WIDTH
------
W
-------
12'
--------
30'
--------
30'
--------
40'
--------------
TWO-WAY -MAXIMUM WIDTH
--------------
------
W
------
-------
30'
-------
--------
40'
--------
--------
40'
--------
--------
S0'
--------
MINIMUM RADIUS
R
5'
15'
15'
20'
-------- ------
MINIMUM SPACING
------
-------
R
--------
R
--------
R+5'
--------
R+5'
FROM PROPERTY LINE
------------ --
MINIMUM SPACING
FROM STREET CORNER
- - - - --
C
- - - - - --
A+R
-- - - - - --
SEE NOTE 2
-- - - - - --
A+R
-- - - - - - -
A+R
-- - - - - - - - - - - --
MINIMUM SPACING BETWEEN
- - - - --
S
- - - - - --
3'
-- - - - - --
60'
-- - - - - --
60'
-- - - - - - -
30'
TWO WAY DRIVEWAYS
MINIMUM SPACING BETWEEN
S
N/A
0'
0'
0'
ONE WAY DRIVEWAYS
--------------
MINIMUM ANGLE
------
D
-------
45°
- -------
45°
--------
300
--------
300
"A" IS 25' FOR MOST STREET INTERSECTIONS. IF THE STREET INTERSECTION IS BETWEEN A ARTERIAL AND A COLLECTOR THEN "A" IS 401.
IF THE STREET INTERSECTION IS BETWEEN TWO ARTERIAL STREETS THEN "A" IS 40'. IF THE EXISTING STREET INTERSECTION RADIUS IS
LARGER THAN ANY OF THE SCENARIOS ABOVE THEN "A" WILL BE THE EXISTING STREET INTERSECTION RADIUS.
01RkyjATI%MA
STANDARDS
�A bbCity of
Luock
IIxAS
REVISED
APR. 2020
PLATE NO.
36-1
J
a
g
a
�g
fa
No
A A
PROP
"'L
PROPERTY LINE
. poD
paD.
pn
7oD
p D.
°
. voD
°
EXPANSION
4' SIDEWALK
a
Ln
EXPANSION JOINTS
SPACED 36' MAX. ALONG
D D.
JOINTS
p D'
W
SIDEWALK RUN.
g
FIRE HYDRANT, POWER
cn
POLE, ETC. MUST HAVE
EXPANSION
w
EXPANSION JOINT BLOCK -
JOINT
YY
OUT WHEN ENCLOSED
IN CONCRETE. EXTEND
6" PAST EDGE OF
AL
HYDRANT/POLE
CONTRACTION MARKINGS
1/2 WAY THROUGH
0
SLAB AT 4' INTERVALS.
SECTION A -A
w
z
J
VARIABLE
4SIDEWALK Wa
3' MIN. @ 2% MAX. SLOPE O
CURB
REMOVED.
NOTE:
SEE PLATE NO. 36-4 FOR
ASPHALT REPAIR ADJACENT
TO CURB AND GUTTER OR
DRIVEWAY.
FOR COMMERCIAL DRIVEWAY:
CURB AND GUTTER TO BE
COMPLETELY REMOVED AND
RECONSTRUCTED WITH #3
BARS RUNNING ENTIRE
LENGTH OF NEW GUTTER.
NOTES:
SECTIONS B-B
(RESIDENTIAL)
VARIABLE
— 4' SIDEWALK
3' MIN. @ 2% MAX. SLOPE
#4 DEFORMED STEEL BARS 12" O.C.
BOTH WAYS, CENTERED IN SLAB OR
W
6"X6" 6 GAUGE WELDED WIRE FABRIC.
?Y
w
ZY
i0�
�=
SECTIONS B-B
(COMMERCIAL)
TMR
1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY.
2. ALL EXPANSION JOINTS TO BE )4"" THICK.
3. 30' TO 45° FLARE MAY BE USED IN LIEU OF
RADII ON RESIDENTIAL DRIVEWAYS.
4. SEE PLATES 36-16 AND 36-16(A) FOR
CURB RAMP DETAILS.
4' SIDEWALK
CONSTRUCTION DETAILS
PROPERTY LINE
SECTION C-C
3'a.T'o,
*0" City of
Lubbock
INNER CURB
AS REQUIRED.
REVISED
MAR. 2019
PLATE NO.
36-2 (A)
a x
EXPANSION JOINTS <a
SPACED 36' MAX. �0 o O
ALONG SIDEWALK RUN. B ins N� PROPERTY LINE
------------ ---
D ..;°. --
LANDSCAPE
CONCFZ�E CONCRETE A A
v eD,
D
5' OR 6' EXPANSION : . °
SIDEWALK ° D °. JOINTS D; C ° C v'-
° °
° v ,000
FIRE HYDRANT, POWER
POLE, ETC. MUST HAVE
EXPANSION JOINT BLOCK -
OUT WHEN ENCLOSED
IN CONCRETE. EXTEND
6" PAST EDGE OF
EXPANSION HYDRANT/POLE
JOINT.
b,
° 4" MIN. THICKNESS OF SIDEWALK.
a .D
CONTRACTION MARKINGS
1/2 WAY THROUGH SLAB
AT 6' INTERVALS.
SECTION A -A
VARIES
3' MIN. @ 2% MAX. SLOPE w
aW
O
CURB T SIDEWALK d J
REMOVED.
v oD.
n D.
SECTIONS B-B 4" MIN.
NOTE: (RESIDENTIAL) THICKNESS.
I}
SEE PLATE NO. 36-4 w
FOR ASPHALT REPAIR VARIES a w
ADJACENT TO CURB 3' MIN. @ 2% MAX. SLOPE a z
AND GUTTER OR
DRIVEWAY. 6' SIDEWALK
6"
#4 DEFORMED STEEL BARS 12" O.C. z 4
z_ BOTH WAYS, CENTERED IN SLAB OR INNER CURB
FOR COMMERCIAL DRIVEWAY, 6"X6" 6 GAUGE WELDED WIRE FABRIC. io AS REQUIRED.
COMPLETELY REMOVE CURB AND iO SECTION B-B
GUTTER AND RECONSTRUCT WITH (COMMERCIAL)
#3 BARS RUNNING ENTIRE LENGTH
OF NEW GUTTER.
NOTES:
1. MAINTAIN GUTTER FLOWINE THROUGH DRI`
2. ALL EXPANSION JOINTS TO BE X4" THICK.
3. 300 TO 45° FLARE MAY BE USED IN LIEU OF
RADII ON RESIDENTIAL DRIVEWAYS.
4. SEE PLATES 36-16 AND 36-16(A) FOR
CURB RAMP DETAILS.
5. 5' CURB BACK ON RESIDENTIAL STREETS.
6' CURB BACK ON COLLECTOR AND
ARTERIAL STREETS.
5' OR 6' SIDEWALK
CONSTRUCTION DETAILS
PROPERTY LINE
SECTION C-C
*City Of
Lubbock
REVISED
APR. 2020
PLATE NO.
36-2 (B)
w
Z
i
iw
;Z
J
IJ
G/TC
G/TC
0
I0
I
G I
G/TP/TW
G/TP/TW
(OPTIONAL) - -
(OPTIONAL)
I
I
I
(OPTIONAL) - -
I
G/TP/TW
G I
(OPTIONAL) - -
I
G/TP/TW
G/TP/TW AT THE PROPERTY LINE I
G/TP/TW AT THE PROPERTY LINE
G/TC
SHALL BE 6" HIGHER THAN
G/TC
I
SHALL BE 6" HIGHER THAN
THE ADJACENT GUTTER
I
I
THE ADJACENT GUTTER
I
I
LEGEND
G GUTTER
TC TOP OF CURB
TP TOP OF PAVEMENT
TW TOP OF WALK
X SPOT GRADES REQUIRED
REVISED
City of
MARCH 2O18
DRIVEWAY
GRADES
Lubbock
PLATE NO.
TEXAS
36-3
6" 18" TYPICAL
NEW CONCRETE
DRIVEWAY
NOTES:
TOE FORM - TO BE REMOVED
PRIOR TO INSTALLATION OF
FLOWABLE FILL AND PAVING
SURFACE.
1. MAINTAIN VERTICAL AND HORIZONTAL
ALIGNMENT OF CURB, LIP, AND GUTTER
FLOW LINE.
2. REMOVE CURB TO LIP LINE AND
POUR NEW DRIVEWAY FLUSH AGAINST
TOE FORM.
ASPHALT REPAIR ADJACENT TO
CURB AND GUTTER OR DRIVEWAY
12"
SMOOTH H.M.A.C. SURFACE,
2" MIN. TYPE "C" Z SAWCUT `TO REMAIN
H.M.A.C. SURFACE. / IN PLACE.
BASE
D D
VERTICAL SURFACES)
TO RECEIVE TACK COAT
City Of
Lubb 0 ck
TEXAS
FLOWABLE FILL
REVISED
APRIL 2019
PLATE NO.
36-4(A)
6" 18" TYPICAL
NEW CONCRETE
DRIVEWAY
NOTES:
1. MAINTAIN VERTICAL AND HORIZONTAL
ALIGNMENT OF CURB, LIP, AND GUTTER
FLOW LINE.
2. REMOVE CURB TO LIP LINE AND
POUR NEW DRIVEWAY FLUSH AGAINST
TOE FORM.
CONCRETE PAVING REPAIR
ADJACENT TO CURB AND
GUTTER OR DRIVEWAY
SMOOTH
SAWCUT
-7
EXISTING
CONCRETE
PAVING
City of
Lubbock
TEXAS
REVISED
DEC. 2012
PLATE NO.
36-4(B)
R=VARIES
15'-40'
/ VARIES
4' PROPERTYlim
LINE SIDEWALK
L� �O/�C� 3' CLEARANCE
may LJ / tiP AROUND
OBSTRUCTIONS
r /QO ti
a LU-
LU
/
VARIES 8'-10'
I'' M
4' SIDEWALK ALONG
PROPERTY LINE
TMIN.
ALLEY RETURN
(TYPICAL)
City of
Lubbock
TEXAS
YMIN.
DRIVEWAY APPROACH
(TYPICAL)
REVISED
FEB. 2017
PLATE NO.
36-5
5' OR 6' SIDEWALK
ALONG CURB BACK
OBSTRUCTION
**Ivor
City of
Lubbock
TEXAS
DRIVEWAY APPROACH
(TYPICAL)
REVISED
FEB. 2017
PLATE NO.
36-6
CURB AND GUTTER,
FILLETS AND SLAB TO BE
POURED TOGETHER.
PAY LIMIT FOR
CURB AND GUTTER
SIDEWALK
2.5'
1'*
\ PROPERTY LINE
\ OR
\
\
\
\
\
6" CONCRETE SLAB WITH 6"X6" - 6 3/4" BITUMINOUS
GAUGE WELDED WIRE FABRIC OR #4 PREMOLDED EXP.
DEFORMED STEEL BARS 12" O.C. BOTH JOINT.
WAYS, CENTERED IN SLAB.
< °a° PAY LIMIT FOR
CURB AND GUTTER
CURB HEIGHT
TRANSITIONS TO
CONTRACTION 0" AT THIS POINT.
JOINTS. a.-,7�%lJ/�'/lam
IS POINT OF ALLEY RETURN
4.
TO BE NO MORE THAN 7"
HIGHER THAN GUTTER ON HIGH
_2.5'_ SIDE END OF RADIUS AT STREET.
1'*
Y2" BITUMINOUS
EXPANSION JOINT. S
PLAN VIEW
s .--I
N LU B
C).Z.
Z
0
°•D a
V
z 6"X6" - 6 GAUGE WELDED W
FABRIC OR #4 DEFORMED S
y BARS 12" O.C. BOTH WAYS,
w °> ° CENTERED IN SLAB.
J
o CONTRACTION
JOINT.
* TO BE USED WHEN
ALLEY R.O.W. WIDTH
IS 15'.
A
A
20'
w 5'
10, 5'
�
a Z
Lu
a
SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB
U
6"X6" - 6 GAUGE WELDED WIREJ
AND 132" FROM BOTTOM OF SLAB EACH SIDE.
FABRIC OR DEFORMED STEEL
LOCATE BY MEANS OF CHAIRS OR PLASTIC
BARS 12" O.C. BOTH WAYS,
STAKES (NOT METAL OR WOOD).
CENTERED IN SLAB.
CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY
W.R. MEADOWS #158,
WHERE THE EXISTING ALLEY RETURN, ALLEY
SEALTIGHT SAFE -SEAL 3405,
PAVING OR STREET GUTTER IS IN GOOD CONDITION
SONNEBORN SL-1 OR
AND GRADE AND ALIGNMENT ARE SATISFACTORY.
APPROVED EQUIVALENT.
Y2" BITUMINOUS ALLEY SLAB.
-
EXPANSION JOINT. oEXISTING
ALLEY RETURN, ALLEPAVING
fCONCRETE
OR STREET GUTTER.TRANSVERSE
4 — 6"X6" - 6 GAUGE WELDED
WIRE FABRIC OR #4
CONTRACTION JOINT
6"�J DEFORMED STEEL BARS 12"
(REQUIRED AT COLD JOINTS AND
! 12"�' 1 O.C. BOTH WAYS,
EVERY 13 FEET OF PAVING.)
SFC'TTCIN R-R CENTERED IN SLAB.
ALL CONCRETE SHOWN TO BE 3,000
P.S.I. AT 7 DAYS. (CLASS B)
War REVISED
TYPICAL ALLEY �# c;tv of MAY 2014
RETURN Lubb 4 C% PLATE NO.
TEXAS 36-7
5'
10'
5'
'
w
p
J
�Ww
~Nz 0
a
10,
10'
N
°p
'
PROPERTY
p a
LINE
15' 51
SEE
20'
NOTE 2
13'
w
z
J N
a
CONTRACTION
a a 10'
zZJOINTSa
0 wwn
a
v•,
20'
5Eo
SE
aa .°
.1
NOTE 2 5'
PROPERTY LINE
oN
10'
a.
10
p,
d d Q •,
N
LLJ
NwL
Z
J
a v'
~vz
7
LOUa
0
a
5' 10,
5'
TRANSVERSE CONTRACTION JOINT
(REQUIRED AT COLD JOINTS AND
EVERY 13 FEET OF PAVING.)
NOTE:
1/2" —j
6"X6" - 6 GAUGE WELDED
1. TRANSVERSE CONTRACTION JOINT
_
WIRE FABRIC OR #4
(REQUIRED AT COLD JOINTS AND
— —
— — — DEFORMED STEEL BARS
EVERY 13 FEET OF PAVING.)
°
12' O.C. BOTH WAYS,
CENTERED IN SLAB.
2. NO OBSTRUCTIONS SUCH AS
METERS, POLES, PEDESTALS,
TREES, BOULDERS, ECT.
TYPICAL 1711 ALLEY
REVISED
�,�,
of'
APRIL 2020
INTERSECTION WITH
Lubbock
PLATE NO.
CONTRACTION JOINTS
TEXAS
36-8
6"
4"
�. 2"R
3"R00
J- ---
— -- o
N
(TDON URB SECTION. v . D
6
1248.337
TYPE "A"
9" R
a . a • ? NOTE:
9 R 1. THIS SECTION TO BE USED
FOR RESIDENTIAL APPLICATIONS
ONLY. APPROVAL WILL DEPEND
o v ON TRAFFIC AND DRAINAGE
a o v °• a: a o CONSIDERATIONS.
a :a .a. •v.p.a
v p a
F� 12" I 12"
ROLLOVER CURB TYPE "B"
9 11/16" :.
a a ,
00
°o —
a : a •.a •. i—
•v'D a
6"
3" � 9�� ,� 9�� M 3"
M
in
TYPE "C"
NOTE:
1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE
#3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS
SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.)
REVISED
TYPICAL 24"CURB c;tv {,f MAY 2014
AND GUTTER SECTIONS Lubb6ck PLATE NO.
TEXAS 36-9
t
12" 18"
TYPE "A"
5 3/4"
4 1/4" �I
boa 2"R =
3"R ---
DOWN CURB SECTION. 6"
a . a .a •.
� D,a
�9 11/16" 20 5/16"
NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS.
TYPE "B"
a '
a .a
o.p a o'p
3
12" 611
� o a 3"
Ll
3"
�9 11/16" -� 20 5/16"
TYPE "C"
NOTES:
1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE
#3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS
SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.)
2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH
PERMISSION OF CITY ENGINEER.
REVISED
TYPICAL 30" CURBS �'� C;tv of MAY 2014
AND GUTTER SECTIONS Lubb6ck PLATE NO.
TEXAS 36-10
FLOWABLE FILL SHALL BE USED
TO REPLACE BASE MATERIAL
CONTRACTION
REMOVED. SEE PLATE NO. 36-4
JOINT
#4 DEFORMED STEEL BARS
@ 12" O.C. BOTH WAYS.
A
—
—
\
FLOWLINE-10'
—
—
CONTRACTION
TRACTIONJOINT
Tq
rTRANSITIONS
z
36-16EGARDINGzIONS
F-
r
L
n
X=DISTANCE LIP TO LIP
z
DO
NOTES:
1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS
2. MAINTAIN LIP UP GUTTER SECTION WITH 1"
INVERT TO VALLEY GUTTER
3. TRANSITION FLOWLINE AND MAINTAIN 1"
PLAN VIEW
INVERT FOR POSITIVE DRAINAGE THROUGH
VALLEY GUTTER
DEPTH:
6"- RESIDENTIAL STREETS
8"- COLLECTORS & ARTERIALS
BASE
-----,
3"
5'___T____5�
SECTION A -A
2" MIN. TYPE "C"
H.M.A.C.SURFACE.
BASE _
FLOWABLE FILL
SEE PLATE NO. 36-4.
REVISED
CONCRETE VALLEY CityAPR. 2020
GUTTER & FILLET DETAIL kLubbo'c3'k PLATE NO.
5 36-11
CALICHE BASE
HMAC
SURFACE
6"
2"
RESIDENTIAL
8"
2"
COLLECTOR
10"
2.5"
INDUSTRIAL
12"
3"
MINOR ARTERIAL
12"
5"
PRINCIPAL ARTERIAL
H.M.A.C. SURFACE.
NOTE:
WIDTH AND CROWN VARY
SEE SECTION 8.2.02
7
CALICHE BASE
1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS,
SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC
DESIGN TO BE APPROVED BY THE CITY ENGINEER.
RESIDENTIAL/COLLECTOR/IN DUSTRIAL
I V V %-Mkl
ECTION
CONTINUOUSLY REINFORCED CONCRETE PAVEMENT
6" THICK RESIDENTIAL, COLLECTOR, AND INDUSTRIAL
7" THICK MINOR ARTERIAL
9"THICK PRINCIPAL ARTERIAL
TYPICAL STREET
CROSS -SECTIONS
City. of
Lubbock
TEXAS
6"
12 5/8"
REVISED
]AN. 2020
PLATE NO.
36-12
EXISTING
SIDEWALK
YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
DOME PANEL
VARIES
0" C.
C. OR
3& G.
SECTION A -A
ONLY APPLIES AT DEPRESSED ALLEY RETURNS
A A STREET
ALLEY
STREET
NOTES:
1. ALLEY RADII MAY VARY.
2. SEE OTHER PLATES FOR RAMP DETAILS
TYPICAL LOCATIONS
FOR CURB RAMP
EXISTING
SIDEWALK
1:12 SLOPE
TO BE CONSTRUCTED
YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
DOME PANEL
INSET
2B
I
YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
DOME PANEL
i
1:12 SLOPE
LENGTH VARIES,
DUE TO 1:12 MAX.
wd
SLOPE OF RAMP. ,
r r
oxv War
City of
Lubbock
TEXAS
REVISED
FEB. 2017
PLATE NO.
36-13
r� VARIES 4'VARIES
T.O.C. �1
1:12 SLOPE �1;12 SLOPE
FLOWLINE
SIDEWALK SLOPE REQUIREMENTS
LONGITUDINAL -- 1:20 MAX.
TRANSVERSE -- 1:50 MAX.
i
PROPERTY LINE
F-
< ? ss
CURB &.
GUTTER
4' MIN.
4" MIN. J
THICKNESS.
MINIMUM FINISHED
THICKNESS TO BE 4"
-VARIES-
(10' TYPICAL)
R=VARIES
9
YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
DOME PANEL.
VARIES
24" MIN.
1:1�EOP MAX
YELLOW CAST IN PLACE -
REPLACEABLE TRUNCATED
DOME PANEL.
4" MAX
SECTION A -A
SEE PLATE NO. 36-16(A) FOR
GENERAL NOTES ON A.D.A.
RAMPS CONSTRUCTION.
6 SLOPE 5%
MAX
BITUMINOUS Y4"
EXPANSION JOINT AS
REQUIRED BEHIND
CURB.
CORNER CURB RAMP �'� '� 11� REVISED
(WITH TYPICAL 4' SIDEWALK � C't` of FEB.2017
Lubbock PLATE NO.
ALONG PROPERTY LINE) TEXAS 36-14
T.O.C.
r--VARIES4'VARIES�1
1 i LOPE
FLOWLINE
FRONT VIEW
VARIES -
(10' TYPICAL)
I
I
SIDEWALK SLOPE REQUIREMENTS
LONGITUDINAL -- 1:20 MAX. ,{
TRANSVERSE -- 1:50 MAX.
i 1
i
i
PROPERTY LINE
CURB &
GUTTER
SEE PLATE NO. 36-16(B) FOR
GENERAL NOTES ON A.D.A.
RAMP CONSTRUCTION.
R=VARIES
RAMP = 50.8 SQ. FT. OF
CONCRETE FLATWORK
YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
DOME PANEL.
VARIES
24" MINN
1:12 SLOPE MAX.
z YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
v DOME PANEL.
4" MAX
r 6 SLOPE 5%
MAX
BITUMINOUS Y4"
EXPANSION JOINT AS
REQUIRED BEHIND
CURB.
CORNER CURB RAMP 10V REVISED
�'� '�
(WITHTYPICAL 5' OR 6' SIDEWALK �o City of FEB.2017
Lubbock PLATE NO.
ALONG CURB BACK) TEXAS 36-15
A
IN RADIUS
RAMPS SHALL BE CENTERED IN CURB &
GUTTER RADIUS TO THE MAXIMUM EXTENT
PRACTICABLE.
IN STRAIGHT C. & G.
GROOVE
JOINTS EACH
SIDE OF RAMP
o .
TOP OF CURB
BITUMINOUS -" EXPANSION
JOINT (FULL DEPTH)LOCATED
ALONG BACK OF CURB
NEW CONSTRUCTION.
_o0 0
A
YELLOW CAST IN PLACE REPLACEABLE TRUNCATED
DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S
INSTRUCTIONS, TO PROPERLY CONSTRUCTED,
CURED AND PREPARED 4" CONCRETE SLAB.
MAINTAIN GUTTER
FLOWLINE.
m
N
ZVARIES
g g
o 0 0 0 0 00 00goO O O O — VARIES
ev
v'D.a v'Daa v'D.a
RAMPS SHALL BE CENTERED IN CURB &
GUTTER RADIUS TO THE MAXIMUM EXTENT
PRACTICABLE.
SHEET 1 OF 2
0�� REVISED
TYPICAL ADA . ,# rL' C;t�. of FEB. 2017
RAMP PLAN L {.� I b 6 ck PLATE NO.
TEXAS 36-16(A)
�4' M. VARIES
24" MIN.
1:I2 SLOPE (MAX.) vpv
4" MIN.
THICKNESS. YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
DOME PANEL.
4" MAX
SECTION A -A
g SLOPE 5%
MAX
BITUMINOUS -"
EXPANSION JOINT AS
REQUIRED BEHIND
CURB.
CLASS "A" CONCRETE SHALL YELLOW CAST IN PLACE
CONFORM TO APPLICABLE REPLACEABLE TRUNCATED DOME.
SPECIFICATIONS.
�4" MIN.
THICKNESS
SECTION B-B
NOTES:
1. CAST IN PLACE REPLACEABLE TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED
BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP
AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL.
2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND
SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS
DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT.
SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT
THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING
THE MATERIALS SPECIFIED BY THE MANUFACTURER.
two F31(P991Cy3E9:/1No 3;wiO4)iPd111►Iq;Xy19l 29001 ya�ZleIIPI0 71
4. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY
SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE
ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP
FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN
THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION
QUESTIONS SHALL BE DIRECTED TO THE ENGINEER.
5. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL
RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB
RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION
OF THE TAS.
SHEET 2 OF 2
�� REVISED
TYPICAL ADA rL' C;t�. of FEB. 2017
RAMP PLAN L' 7 Il.f b 6 ck PLATE NO.
TEXAS 36-16(B)
2
2'
i
SLOPE ALONG
GUTTER VARIES
SLOPE ALONG
GUTTER VARIES
SEE PLATE NO. 36-16
FOR DETAILS REGARDING
CURB TRANSITIONS
ADA RAMP AT FILLET
KEYED NOTES
(1 SLOPE ALONG BACK OF CURB AT RAMP OPENING
SHALL NOT EXCEED 2%.
2) SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG
SHALL NOT EXCEED 5%. GUTTER VARIES
2'
-4" MIN. -
THICKNESS.
TYPICAL ADA
RAMP DETAIL
SLOPE ALONG
GUTTER VARIES P
VARIES
24" N
1:12 SLOPE (MAX.)
YELLOW CAST IN PLACE
REPLACEABLE TRUNCATED
DOME PANEL.
4" MAX
SECTION A
SEE PLATE NO. 36-16
FOR DETAILS REGARDING
CURB TRANSITIONS
ADA RAMP AT CURB
r (' SLOPE 5%
MAX
'•<.°.I
BITUMINOUS Y4"
EXPANSION JOINT AS
REQUIRED BEHIND
CURB.
City of
Lubbock
TEXAS
REVISED
FEB. 2017
PLATE NO.
36-17
I
I
I
I
i
i
i
TOOLED i JOINT
�
�
I
I
I
I
I
I
I
I
�
�
�
�
I
I
I
I
i
i
i
F-
a
i
Z I
M
10'
Z I
0 I
I
i
I
p aLu
I
Z�
w I
w
u-
I
I
I
I
m I
o
TOOLED JOINT
I
I
o
�
I
I
�
I
I
I
�
�
I
I
I
I
I^
I
5'
i
i
�
I
I
I
I
I
I
�
�
EXPANSIONJOINT
I
I
I
I
i
I
I
A
A
20' ROW
20'
w
5'
10'
5'
LUZw
w
�
v.
Oz
6"X6" - 6 GAUGE WELDED WIRE
SECTION A -A
NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB
FABRIC OR #4 DEFORMED STEEL
AND 1" FROM BOTTOM OF SLAB EACH SIDE.
BARS 12" O.C. BOTH WAYS,
LOCATE BY MEANS OF CHAIRS OR PLASTIC
CENTERED IN SLAB.
STAKES (NOT METAL OR WOOD).
REVISED
�
City- of
FEB. 2017Lubb4C%
TYPICAL ALLEY PAVING
PLATE NO.
TEXAS
37-1
R—IA RESIDENTIAL
52' ROW
32' FF
R-2 SCHOOL AND
R-1 RESIDENTIAL COMMERCIAL
56' ROW 60' ROW
�FF 42' FF
COLLECTOR INDUSTRIAL
�64'ROW� 60'ROW�
lt746' FF 42' FF
MINOR ARTERIAL MAJOR ARTERIAL
100' ROW 110' ROW
66' FF 88' FF
NOTE:
FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB.
REVISED
CITY OF LUBBOCK *e City of APRIL 2020
STREET STANDARDS Lubbock PLATE NO.
TEXAS 38-1
COLLECTOR FLARE
AT INTERSECTION
WITH A ARTERIAL
MINOR OR MAJOR ARTERIAL -
*City Of
Lubbock
REVISED
APR. 2020
PLATE NO.
38-2
MINOR ARTERIAL
RIGHT TURN LANE (FLARE)
MINOR OR MAJOR ARTERIAL -
*City Of
Lubbock
REVISED
APR. 2020
PLATE NO.
38-3
MAJOR ARTERIAL
RIGHT TURN LANE (FLARE)
- MINOR OR MAJOR ARTERIAL
*City Of
Lubbock
REVISED
APR. 2020
PLATE NO.
38-4
R=40' (MIN.)
FACE OF CURB
R=50' (MIN.)
FPO OF Gv�g
PROVIDE A CONCRETE CURBED
CHANNEL AND ACCESSIBLE RAMPS
FOR DRAINAGE WHERE NECESSARY.
4' PEDESTRIAN ACCESS EASEMENT --< �I
(REQUIRED ONLY WHERE CUL-DE-SAC
LOTS ARE ADJACENT TO A STREET) I
IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I
DRAINAGE EASEMENT SHALL BE REQUIRED.
I I I I
I i I I
R=40'
ADJACENT ALLEY OR STREET
REVISED
50' R.O.W. RADIUS STANDARD �';# C;tv of FEB. 2017
CUL-DE-SAC LuI b 6 ck PLATE NO.
TEXAS 38-5
(52') OR (56')
RIGHT OF WAY
FACE TO OR
10'
R=40' (MIN.) R=40'
FRCE OF CURB 10'
50'(MIN.)
8'
PROVIDE A CONCRETE CURBED
CHANNEL AND ACCESSIBLE RAMPS
FOR DRAINAGE WHERE NECESSARY.
4' PEDESTRIAN ACCESS EASEMENT �I
(REQUIRED ONLY WHERE CUL-DE-SAC
LOTS ARE ADJACENT TO A STREET)
I I I I
IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I
DRAINAGE EASEMENT SHALL BE REQUIRED.
I I I I
I I I
I I I I
43' R.O.W. RADIUS R-1
& (R-IA) CUL-DE-SAC
ADJACENT ALLEY OR STREET
oxv War
City of
Lubbock
T E X A 5
REVISED
FEB. 2017
PLATE NO.
38-6
2% MIN
4% MAX
DEPTH OF CURB AND
GUTTER MATCHES
PAVING DEPTH
#4 BARS @ 36" O.C. TRANSVERSE
#4 @ 12" O.C. LONG
OR EQUIVALENT FIBER
6" PORTLAND CEMENT CONCRETE PAVEMENT
MIN. CEMENT CLASS C. COMPRESSIVE
STRENGTH OF 3,600 PSI @ 28 DAYS)
0:•11(»►IIf_1I&I1:14:11
CONCRETE PAVING
N.T.S.
2% MIN
4% MAX
12" COMPACTED SUBGRADE 12" -I F-
@ 95% MODIFIED DENSITY
TYPICAL SIDEWALK
oxv War
*Lubbi6 ckXAS
REVISED
FEB. 2017
PLATE NO.
38-7
20%lb MIN 2% MIN
4% MAX 4% MAX
i- 0
DEPTH OF CURB AND
GUTTER MATCHES
PAVING DEPTH
#4 BARS @ 24" O.C. TRANSVERSE
#5 @ 12" O.C. LONG
7"PORTLAND CEMENT CONCRETE PAVEMENT
MIN. CEMENT CLASS C. COMPRESSIVE
TRENGTH OF 3,600 PSI @ 28 DAYS)
MAJOR COLLECTOR (C-1) (I-1)
CONCRETE PAVING
N.T.S.
12" COMPACTED SUBGRADE 12" -I F-
@ 95% MODIFIED DENSITY
TYPICAL SIDEWALK
City of
Lubbock
T E X A 5
REVISED
FEB. 2017
PLATE NO.
38-8
TRAVEL LANE
Z
TRANSVERSE
CONSTRUCTION
JOINT
TRAVEL LANE
ADDITIONAL
STEEL BARS
Z Y
LONGITUDINAL
CONTRACTION JOINT
Fx
Y
LONGITUDINAL
CONSTRUCTION JOINT
c
X
LONGITUDINAL
STEEL
TRANSVERSE
STEEL
�
N
�
N
N
a
c
c
c
c
c
d TIE BARS
a
ISINGLE
—c/2 TIE
PIECE a
BARS
c/ 2
PAVEMENT OR
SHOULDER EDGE
GENERAL NOTES
—LUNCil I UUINAL
CONTRACTION JOINT LONGITUDINAL
CONSTRUCTION JOINT
TYPICAL PAVEMENT LAYOUT
PLAN VIEW (NOT TO SCALE)
PAVEMENT OR
SHOULDER EDGE
1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED
7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 2" OF THE
STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996
BACK OF CURB.
(GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM
TO TABLE NO.1 AND TABLE NO.2.
S. (b) = TRANSVERSE STEEL AND TIE BARS SPACING
(c) = LONGITUDINAL STEEL AND TIE BARS SPACING
2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY
AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING
(SEE TABLE 1 AND 2 PLATE 38-10)
(CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL
CONFORM TO TABLE NO.1
3. PAVEMENT WIDTHS OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL
JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE
LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT
LOCATION IS SHOWN ELSEWHERE ON THE PLANS.
4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT
(SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3).
5. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE
CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION
VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED
JOINTS.
6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM
OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3
OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH
AND 2-FT. LENGTH OF THE PAVEMENT.
RESIDENTIAL AND COLLECTOR STREET
City
REVISED
FEB. 2017
CONCRETE PAVING DETAILS
of
Lubbock
PLATE N0.
1 OF 3
TEXAS
38-9
L=50" ADDITIONAL
JOINT SEALING L/2 STEEL BARS
MATERIAL
dT
TZ2
TRANSVERSE BARS
LONGITUDINAL BARS
NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT.
TRANSVERSE CONSTRUCTION JOINT
SECTION X - X
50" FOR #5 BAR 42" FOR #4 BAR
25" FOR #5 BAR TIE BARS MAY BE
JOINT SEALING 21" FOR #4 BAR IN SAME PLANE AS
MATERIAL TRANSVERSE BARS
TIE BARS,SINGLE
OR MULTIPLE -PIECE
---- T
MIN.CLEAR-Z"� ----- ------------------ -- T/2
c ' c ' a' a, c Ic
LONGITUDINAL BARS TRANSVERSE BARS
LONGITUDINAL CONSTRUCTION JOINT
SECTION Y - Y
50" FOR #5 BAR, 42" FOR #4 BAR
LONGITUDINAL
JOINT SEALING 25" FOR #5 BAR BARS
MATERIAL
SAW CUT T/3
T
/2
I I I I I I I
f T T T T T l
c c c/2c/2 c c
TRANSVERSE BARS
SINGLE PIECE TIE BARS
SHOULD BE IN SAME PLANE AS TRANSVERSE BARS.
LONGITUDINAL CONTRACTION JOINT
SECTION Z - Z
TABLE NO.1 LONGITUDINAL STEEL
FIRST
ADDITIONAL STEEL
SLAB THICKNESS
REGULAR
SPACING
BARS AT TRANSVERSE
AND BAR SIZE
STEEL BARS
AT EDGE
CONSTRUCTION JOINT
OR JOINT
(SECTION X-X)
T
BAR
SPACING
SPACING
SPACING
LENGTH
(IN.)
SIZE
(c)
(a)
2 x c
L
(IN.)
(IN.)
(IN.)
(IN.)
6.0
#4
12
3
24
42
7.0
#5
12
3
24
50
TABLE NO.2 TRANSVERSE STEEL AND TIE BARS
TIE BARS
TIE BARS
SLAB
TRANSVERSE
AT LONGITUDINAL
AT LONGITUDINAL
THICKNESS
STEEL (b)
CONTRACTION JOINT
CONSTRUCTION JOINT
SECTION Z-Z
SECTION Y-Y
(IN.)
BAR
SPACING
BAR
SPACING
BAR
SPACING
SIZE
(IN.)
SIZE
(IN.)
SIZE
(IN.)
6.0
#4
36
#4
72
#4
36
7.0
#4
24
#4
48
#4
24
RESIDENTIAL AND COLLECTOR STREET J10lvt
� City- of
CONCRETE PAVING DETAILS *Lu b6ck
2 OF 3 T E X A 5
REVISED
MAY 2014
PLATE NO.
38-10
JOINT �„ XV
SEALING
COTINI4TIAL
M
~\
CUT
�1 F"
SAWED
LONGITUDINAL JOINT
XV
z JOINT SEALING
COMPOUND CLASS
4,5 OR 7
a' BACKER
ROD
INITIAL
SAW CUT
TRANSVERSE SAWED
CONTRACTION JOINT
GENERAL NOTES
JOINT Y„ XV
SEALING
COMPOUND
V p
' f
JOINT SEALING
COMPOUND
LONGITUDINAL OR TRANSVERSE
CONSTRUCTION JOINT
JOINT SEALING
COMPOUND CLASS 1 Y2"
4,5 OR 7
F
TRANSVERSE FORMED
EXPANSION JOINT
1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE
SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE
CONSTRUCTION AND THE TWO SAWED JOINTS.
2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES
REQUIREMENT AND PRIOR TO BEGINNING OPERATIONS, THE CONTRACTOR
SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING
THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED.
3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB
THICKNESS.
4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING
STREETS.
5. TRANSVERSE CONTRACTION JOINTS SHALL BE PLACED AT THE RADII OF INTERSECTING
ALLEYS.
RESIDENTIAL AND COLLECTOR STREET REVISED
CONCRETE PAVING DETAILS*Lubbock
City of APRIL 2019
PLATE NO.
3 OF 3 38_11
TYPE 'C' HMAC
MINIMUM OF THE UPPER
12" (18" MINIMUM ON
ARTERIAL STREETS)
OF TRENCH BACKFILL-
1 1/2 SACK CONTROLLED
LOW STRENGTH MATERIAL
(FLOWABLE FILL) WITH
PEA GRAVEL, IF USING
COMPACTED BACKFILL.
BACKFILL COMPACTED TO 95%t
MODIFIED PROCTOR(ASTM D 698)
2% OF OPTIMUMMOISTURE
CONTENT.(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
FULL DEPTH OF TRENCH BACKFILL
1 1/2 SACK CONTROLLED LOW
STRENGTH MATERIAL(FLOWABLE
FILL) WITH PEA GRAVEL.
ASPHALT PAVEMENT
CUT REPAIRS
2' MIN.
[V
NO SCALE
6'
r/-- ASPHALT TACK COAT.
ALL JOINTS TO
BE SAWCUT.
ASPHALT TACK COAT.
COMPROMISED SOIL
DUE TO MOISTURE
FROM A WATER LEAK
OR RAIN EVENT
PIPE BEDDING (IN
ACCORDANCE WITH
THE ENGINEERS
AND MANUFACTURERS
RECOMMENDATIONS).
NOTE:
1. ALL MATERIALS AND CONSTRUCTION
PRACTICES SHALL BE IN CONFORMANCE
WITH CITY OF LUBBOCK PUBLIC WORKS
ENGINEERING DESIGN STANDARDS AND
SPECIFICATIONS.
2. GREATER THAN 5' WIDTH LONGITUDE
CUTS WILL REQUIRE PAVING
REPAIR APPROVAL BY THE CITY
ENGINEER.
'Alo lr� -
-% City of
Lubbock
rEYAS
REVISED
APR. 2020
PLATE NO.
UEM-01
i
L u
SPLICE LENGTH
4" SAW CUT
EXISTING CONCRETE
PAVING
COMPROMISED SOIL
DUE TO MOISTURE
FROM A WATER LEAK
OR RAIN EVENT
BACKFILL COMPACTED TO 95%t
MODIFIED PROCTOR (ASTM D 698)
2% OF OPTIMUM MOISTURE
CONTENT. (MAX. 6" LIFTS.)
FULL DEPTH CUTS
T MIN
CONCRETE PAVING
PREFERED METHOD
EXISTING CONCRETE
PAVING
MAKE FULL DEPTH CUTS THEN
REPAIR UTILITY. BACKFILL
OR COMPACT TRENCH.
SAW CUT 18" PERIMETER
AND JACK OUT CONCRETE
TIE STEEL TO MATCH EXISTING.
DRILL AND DRIVE DEFORMED TIE BARS 10"
CLASS 'B' CONCRETE 3000 PSI INTO EXISTING PAVING. EPDXY GROUT BAR
AT 7 DAYS. ARTERIAL INTO EXISTING PAVING MATCH EXISTING BAR
STREETS; CLASS "C" CONCRETE SIZE AND SPACING.
SPLICE
ALL CONCRETE JOINTS LENGTH 10"
TO BE SAW CUT.
EXISTING CONCRETE EXISTING CONCRETE
PAVING • • • • PAVING
T8"
MINIMUM
w °'
�O
ul y
LnJ
W J
Z
u�
COMPROMISED SOIL
DUE TO MOISTURE
FROM A WATER LEAK
OR RAIN EVENT
BACKFILL COMPACTED TO 95%t
MODIFIED PROCTOR (ASTM D 698)
2% OF OPTIMUM MOISTURE
CONTENT. (MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
NOTE:
BAR SIZE
MIN. SPLICE LENGTH
3
18"
4
18"
5
21"
6
25"
7
29"
8
33"
PIPE EMBEDMENT (IN
ACCORDANCE WITH
THE ENGINEERS
AND MANUFACTURERS
RECOMMENDATIONS).
FULL DEPTH OF TRENCH
1. MIN RESIDENTIAL CUT TX 4' SEE UEM-07 FOR COLLECTOR 3. FLOW FILL CAP OR STEEL PLATES REQUIRED
BACKFILL; 1 1/2 SACK
AND ARTERIAL IF PAVEMENT IS NOT REPAIRED IMMEDIATELY.
CONTROLLED LOW STRENGTH
2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN
MATERIAL (FLOWABLE FILL)
CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING
WITH PEA GRAVEL.
SPECIFICATIONS.
CONCRETE STREET REVISED
City of APR. 2020
AND ALLEY Lubbock PLATE NO.
CUT REPAIRS I x a s UEM-02
CONCRETE CAP
CLASS 'B' CONCRETE
3000 PSI AT 7 DAYS.
# 4 BARS, 12" O.C.
MAX. SPACING IN
BOTH DIRECTIONS.
BACKFILL COMPACTED TO 95%f
MODIFIED PROCTOR
(ASTM D 698) 2% OF
OPTIMUM MOISTURE CONTENT.
(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
1 1/2 SACK CONTROLLED
LOW STRENGTH MATERIAL
(FLOWABLE FILL) WITH
PEA GRAVEL.
BRICK
PAVING
NOTE:
1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05
2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE.
3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN
CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING
SPECIFICATIONS.
4. FLOW FILL CAP OR STEEL PLATES REQUIRED IF PAVEMENT IS
NOT REPAIRED IMMEDIATELY.
BRICK STREET
CUT REPAIRS
BRICK JOINTS TO BE FILLED
WITH SAND/CEMENT AT A 50-50
BLEND, OR AS APPROVED BY THE
STREET SUPERINTENDENT.
DRILL AND DRIVE DEFORMED
TIE BARS 10" INTO EXISTING
PAVING. EPDXY GROUT BAR
INTO EXISTING PAVING MATCH
EXISTING BAR SIZE AND SPACING.
7
1" SAND CUSHION
MINIMUM.
8" MIN
COMPROMISED SOIL
DUE TO MOISTURE
FROM A WATER LEAK
OR RAIN EVENT
BAR SIZE
MIN. SPLICE LENGTH
3
18"
4
18"
5
21"
6
25"
7
29"
8
33"
PIPE BEDDING (IN
ACCORDANCE WITH
THE ENGINEERS
AND MANUFACTURERS
RECOMMENDATIONS).
City 0f
Lubb o ck
TEXAS
REVISED
MAR. 2019
PLATE NO.
UEM-03
Z
O
<z
w0.>
dQ
ad
w>-
a�
�J
Q
CONCRETE ALLEY PAVING. mw
`n z
o
o
0
0
0
0
o
e
— —
— —
— —
— —
— —
— —
—
BACKFILL COMPACTED TO 95%t
MODIFIED PROCTOR DENSITY
(ASTM D 698) 2% OF OPTIMUM
MOISTURE CONTENT.
(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
FULL DEPTH OF TRENCH BACKFILL
1 1#2 SACK CONTROLLED LOW
STRENGTH MATERIAL (FLOWABLE
FILL) WITH PEA GRAVEL.
NOTE:
1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE
WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND
SPECIFICATIONS.
2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%f
MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM
MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW
THE ALLEY PAVING.
TRENCH BACKFILL REQUIREMENT
ON ALLEYS TO BE PAVED
WITHIN RIGHT-OF-WAY
THE ALLEY PAVING CONTRACTORS SHALL
BE REQUIRED TO OBTAIN 95%±
MODIFIED PROCTOR DENSITY
(ASTM D 698) 2% OF OPTIMUM
MOISTURE IN THE 6" DEPTH OF
SUBGRADE IMMEDIATELY BELOW
THE ALLEY PAVING.
PIPE EMBEDMENT (IN ACCORDANCE WITH
THE ENGINEERS AND MANUFACTURERS
RECOMMENDATIONS).
Alf War
�# *Lubb'o of
TEXAS
REVISED
DEC. 2012
PLATE NO.
UEM-04
BACKFILL COMPACTED TO 95%t
MODIFIED PROCTOR DENSITY
(ASTM D 698) 2% OF OPTIMUM
MOISTURE CONTENT.
(MAX. 6" LIFTS.)
ALTERNATIVE BACKFILL
FULL DEPTH OF TRENCH BACKFILL
116 SACK CONTROLLED LOW
STRENGTH MATERIAL (FLOWABLE
FILL) WITH PEA GRAVEL.
NOTE:
1. ALL MATERIALS AND CONSTRUCTION
PRACTICES SHALL BE IN CONFORMANCE
WITH CITY OF LUBBOCK PUBLIC WORKS
ENGINEERING DESIGN STANDARDS AND
SPECIFICATIONS.
TRENCH BACKFILL REQUIREMENTS
ON UNPAVED STREETS AND ALLEYS
WITHIN RIGHT-OF-WAY
EXISTING GROUND SURFACE.
12"
PIPE BEDDING (IN ACCORDANCE
WITH THE ENGINEERS AND
MANUFACTURERS RECOMMENDATIONS).
Alf. War
City of
Lubbock
TEXAS
REVISED
FEB. 2017
PLATE NO.
UEM-05
PLACE #4 BARS BOTH WAYS ALONG PAVING 6„
CUT AT 12" MAX. SPACING. AT LEAST 2
6" #4 BARS EACH WAY ARE REQUIRED.
LIE
#4 BARS, 12" O.C. MAX V NO SCALE DRILL AND DRIVE 12"
SPACING IN BOTH DEFORMED #5 DOWEL
DIRECTIONS, CENTERED BARS 6" INTO EXISTING
IN SLAB SLAB ON 3' SPACING
NOTE:
1. ALL MATERIALS AND CONSTRUCTION
2. ALL JOINTS SHALL BE
PRACTICES SHALL BE IN CONFORMANCE
DOWELED AS SPECIFIED
WITH CITY OF LUBBOCK PUBLIC WORKS
3. MAXIMUM OF TWO TRANSVERSE
ENGINEERING DESIGN STANDARDS AND
CUT JOINTS BETWEEN EXISTING
SPECIFICATIONS
13' TOOLED JOINTS (ONE SLAB).
.11410 Ivor
TYPICAL ALLEY PAVING CUT � city"f
*Lubb6ck
REVISED
FEB. 2017
PLATE NO.
UEM-06
LEGEND
® UTILITY/STREET CUT
.CITY STANDARD
RESTORATION REQUREMENTS
FOR CONCRETE PAVEMENT
BAR SIZE
MIN. SPLICE LENGTH
3
18"
4
18"
5
21"
6
25"
7
29"
8
33"
DOWEL MAY BE USED IN LIEU
OF SPLICING REBAR WITH APPROVAL.
SEE UEM-02 FOR DOWEL SIZE SPACING.
J = SPACING
BETWEEN
JOINTS
CONCRETE ARTERIAL 'Alwo'. REVISED
City of APR. 2020
AND COLLECTOR WLubbock
PLATE NO.
PAVEMENT REPAIR Ilxns UEM-07
No Text
No Text
No Text
G..bL(
No Text
A-1.3
Restrained Joint Table for Reducers
Minimum length to be restrained on larger pipe (Feet):
PVC Pipe
Small Pipe
Size (in.)
Large Pipe Size (in.)
4
6
8
10
12
16
20
24
4
-
22
40
54
69
95
119
142
6
-
-
23
41
57
86
112
137
8
-
-
-
23
42
75
103
129
10
-
-
-
-
23
61
92
120
12
-
-
-
-
-
44
78
109
16
-
-
-
-
-
-
44
80
20
-
-
-
-
-
-
-
44
24
-
-
-
-
-
-
-
-
D.I. Pipe
Branch Pipe
Size (in.)
Run Pipe Size (in.)
4
6
8
10
12
16
20
24
4
-
12
21
29
36
50
63
75
6
-
-
13
22
30
46
59
72
8
-
-
-
12
22
40
54
68
10
-
-
-
-
13
32
49
63
12
-
-
-
-
-
23
42
57
16
-
-
-
-
-
-
23
42
20
-
-
-
-
-
-
-
24
24 1
-
-
-
-
-
-
-
-
Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test
Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed
here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program.
Revised 3/11
City of Lubbock Water Utilities Engineering Department
Minimum Design Standards and Specifications for Water and Sewer
No Text
A
� -2�r
c6"�'k
Iubb
TEXAS
Approved Materials and Manufacturers List
Application For New Product(s)
Note: Incomplete applications will be returned unprocessed.
Date of Application:
Company Name
Address
Contact Person
Position
Phone Number
Email
Fax Number
Manufacturer
(If not applicant)
Supplier
(If not applicant)
Product Nomenclature
Model No. Series
Description/Use of Product
Have you included a sample?
Would you like this sample returned?
List Testing
Certifications
(Required)
1.
List Attached
Items
(Provide five
copies of each)
1.
2.
2.
3.
3.
4.
4.
5.
5.
6.
6.
7.
7.
Application No.
Comments:
****Do not write below this line - - For City use only****
(Ex. 2014-01) Approved By:
Title:
Accepted Rejected
No Text
CERTIFICATE OF COMPLETION
DATE:
PROJECT DATA
SUBDIVISION NAME:
PLAT DESCRIPTION:
TYPE OF MUNICIPAL IMPROVEMENT
❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE
❑ OTHER
CONTRACTOR'S AFFIDAVIT TO DEVELOPER
I certify that the work under the above named project, including all amendments thereto, has been
satisfactorily completed in accordance with the engineering plans and specifications and in accordance with
the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens
have been or will be attached against the property and improvements of the owner; that no suits are pending
by reason on the project under the contract; and no public liability claims are pending.
CONTRACTOR/DEVELOPER
ADDRESS:
PHONE:
SIGNED:
PRINTED:
TITLE:
RECOGNITION BY CITY OF LUBBOCK
An inspection of the work on the above referenced Project was conducted on
Those participating in the inspection (final walk-through) were
and The
inspection revealed that the infrastructure inspected has been completed substantially in accordance with
the plans and specifications and is recommended for acceptance on
City of Lubbock
By
Printed Name
Title
Rev. 05-01-2014
No Text
DEVELOPER WARRANTY STATEMENT
DATE:
PROJECT DATA
SUBDIVISION NAME:
PLAT DESCRIPTION:
TYPE OF MUNICIPAL IMPROVEMENT
❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE
❑ OTHER
WARRANTY STATEMENT
TO THE CITY OF LUBBOCK
As the developer of the above referenced development, I guarantee the improvements installed by my
Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of
one year for water and/or sewer improvements and two years for paving and or drainage improvements from
the date the infrastructure is accepted by the City of Lubbock. Upon receipt of the Developers Certificate of
Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements
within 30 calendar days; unless exception is given in writing. The Contractor, Engineer/Surveyor, Record
Drawing submittal date, and the Substantial Completion Date are listed below.
CONTRACTOR
ENGINEER/SURVEYOR:
RECORD DRAWING SUBMITTAL DATE:
SUBSTANTIAL COMPLETION DATE:
DEVELOPER CONTACT INFORMATION
DEVELOPER
ADDRESS:
PHONE:
EMAIL:
SIGNED:
PRINTED:
LIMITATIONS
This warranty does not include damage to underground utilities caused by others due to excavation or boring activities
after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic
damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage
improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited
to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of
asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated
Public Right of Way.
Rev. 05-01-2014
No Text
Ar,�City of
Lubb o ck
SO
T E X A 5
LEGAL DESCRIPTION:
ENGINEERING FIRM:
E-MAIL:
PHONE NUMBER:
PAVEMENT
MUNICIPAL IMPROVEMENTS
SUBMITTAL CHECKLIST
ADDRESS:
CONTACT:
DATE:
�
w
a
w
o
Q
CRITERIA
ua
a
NOTES
w
F
W
�
z
z
General Requirements
Provide 2 sets of plan for review
Provide review fee calculations
Provide payment for review fee
Drawings shall be no larger than
24"x36".
Include a Location map
Include a Title Block (lower right
corner preferred)
Drawing Scale shall be
Horizontal 1"=50' or 1"=20'
Vertical 1"=1' or 1"=2'
Include original date and revision
dates
Include Name of Professional
Engineer
Include Firm Name and Contact
Information
Include Legal Description of Property
Being Improved
Include Drawings Numbers
Include City of Lubbock Inspector
Contact Information 806-775-3751.
Include Note on Plans "All work shall
be in accordance with the City of
Lubbock Minimum Design Standards
and Specifications."
Plan
Include Benchmark and Datum
Include North Arrow
V/
o
w
rl
w
z
a
CRITERIA
�ww
a
NOTES
�
Q
A
z
w
w
z
Include ROW lines, property lines and
lot numbers
Include Street Names and Easements
with Width Dimensions
Include Existing Curbs and Paving
(Gray)
Include Proposed Curbs and Paving
(Bold)
Include Spot Elevations on Radii, Dips,
Grade Breaks, and Ditches
Include Location and Direction of Dips
Include Other Pertinent Details
(Buildings, Utilities, Water Courses,
Etc.)
Profile
Include Existing Ground Surface at
Curb Lines (Gray)
Include Existing Gutters or Flow Lines
(Gray)
Include Proposed Gutters or Flow
Lines (Bold)
Include Stationing with Profiles
Indexed to Plan View
Include Intermediate Station
Numbers and Elevations at Points of
Grade Change and Radii
Include Ditch Grades
Include Existing and Proposed Utilities
Where Crossed
Detail Sheet
Details are not required when
engineers plans refer to City
standards
Include all non-standard details
Overall Layout Sheet — As Required
Drawing Scale shall be 1 "=100'
Include Lot Lines
Include Streets and Street Names
City of
Lubbock
TEXAS
LEGAL DESCRIPTION:
ENGINEERING FIRM:
E-MAIL:
PHONE NUMBER:
WATER AND SEWER
MUNICIPAL INFRASTRUCTURE
SUBMITTAL CHECKLIST
ADDRESS:
CONTACT:
DATE:
0
w
y F
.a
�
Q
CRITERIA
w
z
NOTES
U
.a
C1.
W
y
�
W
W
General Requirements
Provide 2 plan sets for review
Provide fee calculations (Pro Rata)
Provide payment of review fee
Include a Location map
All drawings shall be approximately 24-inch by
36-inch in size
Include the legal description of property being
improved
Include a title block (Lower right hand corner
preferred)
Make the drawings to standard engineering
scale (with graphic scale representation shown
on plans)
Include original date and revision dates
Include the name of the Professional Engineer
Include Professional Engineer's seal
Include the Firm name and contact information
Include City of Lubbock Engineering
Department Contact Information:
Development Engineering Services: (806)
775-2347 Senior Inspector:
(806) 548-4152
Include Drawing number(s)
Includes statement: "All work shall be
performed in accordance with the City of
Lubbock Design Standards and Specifications."
Plans
Include Bench Marks
H
O
'a
W
CRITERIA
w
z .a
NOTES
Include Location control dimensions
Include North Arrows
Include Property Lines
Include Street Names and Easements with
Width Dimensions
Include Existing Buried Utility Lines Location
and Depth (Gray -Dashed)
• Water
• Gas
• Communications
• Storm drains
• Sanitary sewers
• Electric
Include Other Pertinent Details (Structures,
Curbs, Water Courses, Etc.)
Include Proposed water/sewer mains (Bold —
Solid)
Label proposed diameters
Label proposed materials
Include proposed manholes
Label water line elements (fittings, tees,
crosses, reducers, bends, plugs, blow -offs,
thrust blocks, valves and fire hydrants)
Include stationing and other number
designations
Include elevation of inverts in and out of
manhole
Include elevation of manhole rim
Label manhole stub -outs
Include proposed future extensions
Include proposed service connections or stub -
ins
Include proposed concrete encasement
Include proposed cut-off walls
Include easement description for offsite
easements.
Make utility easements have correct
orientation and offsets (water north & west,
sewer 10ft from water lines)
Profiles
Include ground surface — existing (dotted) and
proposed (Solid)
Include station numbers
Include length between manholes and depth of
cut
Include existing and proposed utilities where
crossed
H
O
'a
W
CRITERIA
w
z .a
NOTES
Include existing manhole invert and rim
elevations
Include Plan, Profile, and Complete Details for
off -site transmission mains, lift stations, special
valves and vaults, tanks, etc.
Water Design
Include water line summary
Include overall layout (scale 1" = 100')
Include Profiles at large utility crossings
including sewer mains >10", fiber or electric
duct banks, storm sewers, etc.
Include profiles for 12" or larger water lines.
Verify existing lines for tie-in
Abandoned line procedure followed
Boring and casing standards followed
Include shutoff valves (12" or < dist. mains
<600ft, larger mains <800ft)
Include a fire hydrant within 500ft of each
structure
Make a looped system
Water lines shall be 2 ft. above existing sewer
lines (and force mains)
Make joint spacing and clearances of 9ft at
sewer crossing
No stub outs under paving
No dead end mains > 150ft
No developed lines that cut off adjacent plots
from future water
No service taps off streets
No size on size municipal taps without approval
Sewer Design
Include overall layout (scale 1" = 100')
Include profiles
Verify existing line for tie-in
Abandoned line procedure followed
Gradients follow:
• 6 in diam 0.60-12.35%
• 8 in diam 0.40-8.40%
• 10 in diam 0.28-6.23%
• 12 in diam 0.22-4.88%
• 15 in diam 0.15-3.62%
• 18 in diam 0.12-2.83%
All shallow manholes (<16ft) on small sewer
lines (<15in diam) have 48in diam manholes
spaced at <500ft
All deep manholes (>16ft) on small sewer lines
(<15in diam) have 60in diam manholes spaced
at <500ft
H
O
'a
W
CRITERIA
w
z .a
NOTES
All manholes on large sewer lines (>15in diam)
have 60in diam manholes spaced at <800ft
Protective coatings specified on all large and
drop manholes and manholes receiving force
main discharge
Max sewer service tap depth of 12ft (or
Engineering Department approval)
Water lines shall be 2 ft. above existing sewer
lines (and force mains)
Joint spacing and clearance of 9ft at sewer
crossing
Inlet drops in manholes follow:
• Inlet angle <30 degree drop 0.10ft min
• Inlet angle >30 degree drop 0.20ft min
Inlet with <24 in drop must be filleted
Drop manhole (>24in drop) follow:
• Existing manholes drop inside
• New manholes drop outside
No stub outs under paving
REFUND CONTRACT NO.
City of
*Lubbock
TEXAS
REFUND CONTRACT DECLARATION
DEVELOPMENT LEGAL DESCRIPTION OF PROPERTY:
DEVELOPER/OWNER:
ADDRESS:
NUMBER STREET
CITY
CERTIFIED REFUND INTENT
STATE
ZIP
❑ I accept the terms of this Refund Contract (the "Contract') and request the adjacent mains fees
collected by the City of Lubbock (the "City"), for the infrastructure improvements ("Improvements")
on the developed property listed above (the "Property"), be released to me as a refund within 6
(six) months of receipt.
❑ I hereby knowingly, and willingly waive the right to a refund for adjacent mains fees for
Improvements accepted by the City on behalf of the Property (including all lines not shown in
"Exhibit A") due to separate agreements made with adjacent property owners or for any other
reason.
The City and the undersigned developer, Property owner, and/or authorized representative of the
developer or Property owner, pursuant to Section 22.05.015 of the City of Lubbock Code of Ordinances,
does hereby enter into this Contract for Water and/or Sewer Infrastructure. The execution of which is
upon acceptance of infrastructure by the City, which requires infrastructure development that is performed
in accordance with Section 22.05.010, including, but not limited to receipt of as-builts of the water and
sewer improvements as outlined in the City of Lubbock Public Works Engineering Minimum Design
Standards and Specifications.
The parties hereto, by execution of this Contract, acknowledge and agree that the amount of the refund, if
any, shall ultimately be determined, in part, on the number of adjacent property owners electing to
connect to the infrastructure during the term of the Contract, and further paying the appropriate adjacent
main fee. During the term of this Contract, the City shall hold, in trust, adjacent main fees collected in
connection with the Property, and periodically release funds therefrom, to eligible applicants, for any
associated extensions. The City makes no representation as to, nor does it warrant, the amount of refund
eligible under the Contract, and the City is under no obligation to pay, from its own funds, any portion of
the refund. The lines subject to this Contract are attached as "Exhibit A" (which shall include record
p. 1of2 Refund Contract
drawings including the water and sewer refund calculation spreadsheet for
each line the developer is requesting the refund of fees collected), attached REFUND CONTRACT NO.
and incorporated herein.
The term of this refund contract shall be fifteen (15) years from the date
of execution, and in no case shall the City be liable to issue refunds after
such term. No interest shall accrue or be paid on any funds held by the City.
PRINTED NAME OF DEVELOPER/ PROPERTY OWNER OR AUTHORIZED
REPRESENTATIVE
SIGNATURE
BELOW TO BE COMPLETED BY THE CITY
Lines Accepted On:
Authorized By the City:
LUBBOCK ASSISTANT CITY MANAGER
DATE
DATE
p. 2of2 Refund Contract
I I I I I I I I I I I I I > w Y Q coy 'a
^1 Q Q o ry LQ ^ Q O X ryry Jy ^ Q ^y y^y ^ ^^
ry ^
y ^ ry0
^y ^
19TH ST US 62 SH 114 19TH ST US 62 SH 114 19TH ST US 62 SH 114 y
19TH ST US 62 SH 114 ^y ^y ^^ ^^ o^ t� 19TH ST US 62 SH 114 E 19TH ST U
y
^ o ^ ^ ^ ory 2 ^
^y ^ ^ ^y Z ^a^ pot o^ ^ 3ry 3^^
^o a O^ ^o > ^ ^o ^ Oy e, 9^^ ory o 6 �y
^ ^ ^� ^9 > ^°° Q ^ Y ° Lu X ^ ^y w °ry Q
^ ^ ^° ^l' ^ ° EAl,
ryFW K ^9° ^° ^°^° ^^ ^ ry y^ry a ^ 1 w ryo m^o ^^0 ^ ^ ^o V ^^^p^o^ ^^ ^^ ^ 20TH ST ^ y orya E 20TH ST
o ry°° ^ ry c> Oy �o ryo ryo
ryo ^yv ^o^ ^ ^o ^ > ^o ^ ^ ^ ry ^ 20TH ST ory
U> ^ y ^o o Q ^o ^o ry ryo y w O\ ryy ^ ^°a ry0 O ry
ryo ryy ory a ° ^ ry°^^ ory ^ ry 1
^
^ G ^ ^ ^ w Lo ryo ry ry ^^ ^ ry y ry ry
opy a y ^ x ^ory ^
y 1 ry
^ c o 0 0 ^o ^ry � ^ y ry w
^ ^o ^y ^y ^y ^y o ^ w ryo
4
21 ST ST o^ ^ ry 21 ST ST ^ O ^ e C,21S
y �^^21 ST ST ry ° ^ ti° ^ ^y ^y yy �oryy a ^^ ^ ^oa QOy e TST ry o w^ ^ ry 22ND ST ry^ Tbl
p^_LA^pwy^y^y ^y^ rye ti X > op oy ^
^y J ^ ^ ry ry 22 D ^ ry ry e ry 22ND ST > y °y o ry^^ ry^^
ry p y ^ ^ oa J ryoo Q
^o ^ 22ND ST ^ y ^ ^ y ry ry y O^ y ^ y = o W ^ o
^\ ^1 ^ ^ ^ e Z^ a ry^^ y
o ^
{y O Q ^ ry^ ^ ry^ O w yry o rya a °y °a
Q o w o ry ^^ m
O Q y ryoo
^\ ^ y ^ ^y 'If
^ryo y^ y a a° ^ E 23RD ST
^
y O
23RD ST 0 ^ ^ El I =0�_
23RD ST ry 23RD ST
^ ^ ^^ ^ ^y ^y ^y ^ ^y ^ ^y ^ ^y ^ ^ 0 23RD ST 23RD ST °^ o
O^ y W
.01 23RD ST ^ ory �' ^ ryoo^ ry oD
y°^ o° a o¢°^ ry �'
^ m O
^^
^ ryy ^y ^p ^p ^p ^ ^pO ^`� ^O ^ry b ^'D
y a 24TH ST ^y 24TH ST ^°
^6 ^y ^y ^y ^y ^y N: ^ ^D ^a ^ ^p F
^ � D
Jy ^ y 1
0 24TH ST y
ryp Z ° o ry i 24TH ST ry �' ^9
^ o ^y j Oy ^ 24TH ST > k,
^ a a Q �, rya ^ ry y ry a i.Q ryp ryp
^� ^� j ^y ^y ^y ^y ^y ^y^a 1-4
0 XW$ ^ ^ ^p ^p ^ ^ ^O ^`� ^`� ^`� a p0� w a = U. rya° rya° ry Q rya
Lk
^ 24TH PL ^ p^ e a rya a ry ry rya
^ ^y ^y ^ ^a ^D ^'� ^ �:- ^O O U Q ^O
1 ^ 1
^ ^ ry > ry ry ryo > ryp^y ry ry ^
25TH ST ry Z ^y y Q ry ry y ry rya 3 a ryp Q rya ry ry ry
ry ryp y ry ryp y°^ a ry ry^
o o ^^ ary ry ry Q
W p
^y� 14-,l
^5 a ^5 ^y^y ^� ^ ^ ^a ry ° o O ry o ^ o^y^o ^ ^ ^ ^o ^ ^ yO 25TH ST Q yo ryy
oy ^ 25TH Si. o� ory 25TH ST oy o1
y boy ^� ryo ^y ^y ^y ^ ^y ^ y ^ ^y ^ ^y y ^o ^o ^o ^ ^o ^3 ^o O oa o^ ^ ory ^ w o
^� ^ ^ y ^^ ry ry ry
Ti- w
^ ry Q o o ryy E 26TH ST
^ ^ry
Ory u � I
^y ^y ^y il
^y ^y ^y ^ ° ^y ^y ^y LI
^O ^O ^O ^O ^O ^O I,,-]
1
00 ^O ^00 ry y a y^ ryy ^ry 60 ry
w y ^o^
^ 26TH ST ^y ^ 26TH ST
C7 yo° ^ ^ ^ ^ ^ ^ ^� ^ ^ ^o ^o ^o ^3 ^o ^o ^o ^o ryy ryy ryy boy ^ °
y w ^CORONADO DR
`L
ro
27TH ST
^1 ^1 ^1 ^1 ^1 ^ ^y ^y ^y ^y 00 ^ O b ry O ^y ^a ^O O O �° ry
^ 0 ryyo o ° y
^y ^y ^ ^� W N 1
^o ^y ry1 ^ y 27TH ST ^ Q 3 Q 27TH ST ^ ^ ^
y
co
y `ti
27TH ST
Z J rya ry�o
ry 28TH ST p ry o y a o e y w y a
^o ^ ^ ^y^ ^o ^ ^ ^ Q ry ryy yy o ^¢
ry ^ ry e°ry ry
w 28TH ST ry y 1 y W ^ ry
y Q ^y ^ ^ ^y ^y 7 I
^ ^ ^y^ 8TH ST Q o�
l oo ryy yo^ ry ° ^ry
o ry
40° Oy a
a o O ry a ry oa y ry o
^y yO � 29TH ST ° '\ y '� ryy a ^ ^a ^
^ ry ^ry
^ y
29TH ST O^ ryy ^
^y^ ^y^ ^y ^y ^y ^ ^ 29TH ST Oy
�o ^o ° ^oo yry �y^6 1^ 1^ �o �o ory y y^� y 6^ y °^ ry ry pry
oO ^y ^y ^y ^ o ^^ ^^ ^o ory ^ ^ 29T ST ^ ^y o, L
^ a
O ° ^ ^^ ^ °p y U O° m
29 ^ 1 0^ ^ L
c7 > >
^ ^ ^ ^ ^ ^ w w ^ Q Q
a \ y y ^p ^
30TH ST a ^ w ? e oy a 10 y ^ y ry ry°o
Q^y ^y ^y ^ ^y ^y ^y ^ Q ^^ryD ^^ ^^ ^^ ` ^^ ^^ ^ ory 1^ \o \ 10 yry yry y^ y^ y L° ry yryO
r
30TH ST ^ ^ 30TH ST w 30TH ST o 30TH ST
M171M
a°y ryry^ ory
^ w y
w
0
y� y ry 0 Op ^y 0^ y y
^ ^ ^ ^ ^y ^y ^o ^� ^o ^ ^� 1 ^ 31 ST ST ry^ Lo L
^ ^1 4, ^�
Oy 31STST ^ y 31STST ^ 31STST
^
^ ^ ^y O ^'� f
^� 1 w
^4i ^y ^gory Z O Q w ^^'\
W
32ND ST
32ND ST y ^ \ Oy o^ ^ 32ND ST °
y 32ND ST
^^ ^ ^ yy
yry°ry ^y y ^ �ry F
yw
^
y �ry^ry ry°^ � yryy
r ^ry hL w
rya ^ ^ry y ^^ ^° L^^ ry ^°)
p^ ^y ^ ^y ^y ^y ^ ^y ^ ^y ^y ^y ^ `�`� ^� ^� ^^ ^ ^^
^O O ^^ ^ ^^ ^^ 10 Ory O °^ ° N
33RD ST co w
j o^ ^ y 33RD oy ^� o ryy 33RD ST ry
^o ^ ^ o ^ c yy
ory ° y y ^y ^ y ^ �' w 0 > m
^,\O W ^ Z n^�O ^^� ^ r2 J ' Z y w ^O Q W
> >
^o J
f-It
^ ry � a ryory ^^cp a ° ° �^a ,�Oy yryo a^° a°p ,dry
34TH ST 34TH ST °^ ^y 34TH ST ^o^ O^ y ^^ 34TH ST y \ y 34TH ST
^y^ ^y^
co
7 ^ra^O W Y ^ ° co O^ w W
0 >
° Q w W FTTTT 7 Q > ^ry
W Q > Q ^i
Tree Cutting List
615 28th St
1509 28thSt
709 29th St
1608 29th St
605 315t St
1605 27th St
607 315t St
1524 27th St
608 315t St
1320 27th St
718 315t St
1318 26th St
1311 33rd St
1504 26th St
1506 33rd St
1524 25th St
1504 33rd St
1303 25th St
1510 33rd St
1313 24th PL
1516 33rd St
1514 24th PI
1515 33rd St
1518 24th PI
1304 315t St
1604 24th St
1510 30th St
1307 23" St
1505 29th PI
2114 22nd PI
1514 29th PI
1316 Ave N
1517 29th PI
1121 24th St
1520 29th PI
2510 Ave K
1507 29th St
2404 Ave K
1503 28th St
2019 Ave M
1506 28th St
1309 215t St
2603 Ave L
1505 22nd St
1504 22nd St
1326 Ave N
1324 Ave N
1523 Ave P
2707 Ave N
1511 31stSt
Ikkil 000-
ary or
�4�
From: Shane Childers
Senior Construction Inspector email: schilders@mylubbock.us
City of Lubbock Street Department
P.O. Box 2000
Lubbock, Texas 79457
To: Resident of 19th St. to 34th St.: Ave A to Ave Q
Dear Resident: TREE TRIMMING
As Part of our 2023 Street Maintenance Program, the City of Lubbock will be providing your
neighborhood with a maintenance product known as Micro -Surfacing. In order to provide this service
we need to trim your tree to allow the resurfacing machine to pass. The tree will need to be trimmed to
a minimum of 12 feet from the top of curb. As always, you are the final say in this matter, and we do
have some options available. 1. Have the City of Lubbock's contractor (or the sub -contractor) do the
work. 2. You, the homeowner, hire a tree trimming service, or trim the tree yourself. If we do not
receive a response from you, we will assume that you would to have the contractor / sub -contractor
trim the trees. If you have any questions or concerns please call me (806)-775-3682
I Have read the above and have been explained my options and I choose to the following option.
Circle One:
• Option # 1 Contractor / Sub -Contractor trim the tree at City's expense
• Option # 2 Homeowner is responsible for trimming the tree
Name:
Address:
Contact Number:
Signature:
ARTICLE 36.01 GENERAL PROVISIONS
Sec. 36.01.001 Official map
The official map of the city shall be prepared by the city engineer or his designee in a digital
format. The official map shall illustrate, at a minimum, streets, alleys and recorded subdivision
maps. The city engineer is hereby authorized and directed to revise the official map, at a
minimum, when a plat or other legal instrument is properly recorded in the office of the Lubbock
County Clerk or when otherwise directed by ordinance.
Sec. 36.01.002 Signs, advertisements and house numbers
It shall be unlawful for any person to post or paint signs, advertisements, or other matter on
posts, sidewalks, or curbs or other public places in the streets, alleys, or other public places in the
city; provided, however, the proprietor of any premises is hereby authorized to paint or authorize
the painting, upon the top side or street side of the curb or on the sides of the driveway abutting
the premises, of the proper number designated by the building official for such premises,
provided the numbering is black in color on white background or white in color on a green or
black background, the number does not exceed four (4) inches in height, the background does
not exceed six (6) inches in height and twenty (20) inches in length, and the paint used for such
purpose is durable paint designed for application to concrete surfaces.
Sec. 36.01.003 Barrels, crates, etc., on sidewalks or parkways
It shall be unlawful for any person to place, leave or permit any employee to place or leave any
box, barrel, crate, can or other container on any sidewalk, sidewalk area or parkway in the city,
and any person violating this provision is hereby declared to be guilty of maintaining a nuisance;
provided, however, that this section shall not apply to any person who, in connection with the
actual and bona fide transportation of the commodities mentioned, shall place or leave the same
upon the sidewalk, sidewalk area or parkway during the time such commodities are being in fact
loaded or unloaded from a vehicle engaged in transporting such commodities to or from premises
occupied by or under the control of any such person, and it is necessary in the course of such
transportation to cross or handle such commodities on or over a sidewalk.
Sec. 36.01.004 Display or sale of merchandise
It shall be unlawful for any person to display or sell any food, goods, wares, merchandise or
other commodity upon any public right-of-way, street, street parking space, sidewalk, sidewalk
area or parkway in the city without a street use license or other applicable permit under this code.
Any person violating this provision shall be deemed guilty of maintaining a nuisance.
Sec. 36.01.005 Maintenance of sidewalks, parkways, alleys, etc. —By abutting owner
It shall be the duty of any property owner, tenant or lessee, as applicable, to keep any sidewalk,
alley, arkway, curb, or driveway abutting such property in a good and safe condition and free
from any defects and hazards of whatsoever kind and character. No plant material, fence, or
structure shall be allowed in such a manner as to interfere with the free passage of vehicles on
No Text
the street or alley, or of pedestrians on the sidewalk or parkway or to obscure the view of motor
vehicle operators of any traffic -control device or street sign or otherwise create a traffic hazard.
Tree limbs and branches upon abutting property which overhang the public right-of-way of any
street. alley or easement shall be trimmed by the owner, tenant or lessee of abutting property
such that a minimum vertical clearance of twelve feet (12'1 is maintained above vehicular
traveled ways, including alleys, streets and easements and a minimum of eight feet (8') above
sidewalks. Bushes, shrubs, trees and other plantings within the right-of-way of any street or
alley shall not block or hinder the passage of vehicular traffic and shall be trimmed by the owner,
tenant or lessee of abutting property such that minimum required clearances are maintained
including the minimum vertical clearances indicated above
Sec. 36.01.006 Same —By special users
It shall be the duty of any property owner, tenant, lessee, contractor, or other person making
special use of any alley, sidewalk, parkway, curb or driveway for purposes of ingress or egress,
for loading and unloading, loading elevators, downspout drains, for access to construction on
adjacent or nearby premises, or any other specific use of whatsoever kind or character, to keep
such alley, sidewalk, parkway, curb or driveway abutting such property in a good and safe
condition and free from any defects, efld hazards, or obstructions of whatsoever kind or
character, and to fully restore same to their original condition, where necessary.
Sec. 36.01.007 Liability for defective conditions
The abutting property owner, tenant or lessee, as applicable, 8F person enjoying the use of any
property abutting on a sidewalk or curb, or person who is making
special use of any sidewalk or curb, which sidewalk or curb is or has become defective and has
resulted in causing damage or injury to either person or property, or both, as a result of such
defective condition, shall be primarily liable and shall and will indemnify and save harmless the
city from and against any and all actions, claims, damages, costs and expenses which may be
suffered by the city, all in such manner as to save the city whole and harmless from all such
actions, claims, damages, costs and expense, and such primary liability and indemnity shall exist
regardless of whether or not notice shall have been given as provided in section 36.04.015 of this
chapter.
Sec. 36.01.008 Duty to keep sidewalk, parkway and alleyway clean
It shall be the duty of the owner, tenant or lessee, as applicable, to keep the abutting or adjacent
sidewalk, parkway and alleyway clean and free of all weeds, trash, rubbish, filth and debris
which may encumber such sidewalk, parkway and alleyway and to place such material in trash
receptacles as required by this code. and c ilme to eemply. iIh the reqUiFAM-Aniq Of ill:.. geesie .
Sec. 36.01.009 Obstruction of streets, alleys, sidewalks, or any other public right-of-way
No Text
It shall be unlawful for any person to obstruct or encumber, in part or entirely, any portion of any
public street, alley, sidewalk, or any other public right-of-way within the corporate limits of the
city with any item, whether temporary or permanent, including, but not limited to firewood
racks, irrigation system_ swimming pool and spa system components water filtration or
purification system components landscaping boulders and other garden decorations trash
enclosures composting bins pipe bollards/guard posts and similar items except as allowed with
an applicable permit under this code or pursuant to an express authorization in another section of
this code that authorizes certain, specific temporary uses or obstructions.
Sec. 36.01.010 Nuisance declared- Removal by City
Violation of any of the provisions described in Sections 36.01.002 through 36 01 009 herein by
any owner, tenant, lessee, person or entity is a violation of this code and shall be and is hereby
declared to constitute a nuisance subject to abatement as provided for in sections 34 02 033-
34.02.039 of this code: however, nothing in these provisions shall be construed as limiting the
right of the City to remove any right-of-way obstruction described in Sections 36.01.002 through
36.01.009 without notice and at its sole cost and expense.
No Text
No Text
No Text
No Text
a1Vr, e
JrCity of
jmubDock
TEXAS
Projects for 2023
Street Maintenance Projects
Scrub Seal and Microsurfacing
Scrub Seal & Micro -surface
SPECIAL CONDITIONS
1. TIME AND ORDER FOR COMPLETION
The micro -surfacing process covered by the contract documents shall be fully completed within 100 (ONE
HUNDRED) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
A. The Micro -Surfacing, with locations and materials as designated by the City's representative, shall not begin before
March 1, 2023 and shall be completed no later than June 12, 2023. The Contractor may begin as soon as they receive
the Notice to Proceed, and proceed until all designated locations are completed.
B. The repairs shall be completed in 100 consecutive calendar days. The Contractor shall pay to the owner $1,204.28
per day for each calendar day after that until completion as liquidated damages. No credit will be given for bad
weather days or other delays. In the event it is determined by the City that the progress of the work is not satisfactory,
the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project
within the time specified.
2. CHANGES IN THE WORK
The Street Department may make changes in the scope of the work required to be performed by the Contractor under
the Contract or making additions thereto, or by omitting work there from, without involving the Contract, and without
relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him
pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or
releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract
unless it is expressly provided otherwise
Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the
Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the
improvements or supply additional labor, services or materials beyond that actually required for the execution of the
contract, unless in pursuance of a written order from the local Public Agency authorizing the Contractor to proceed
with the change. No claim for an adjustment of the contract price will be valid unless so ordered.
If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired changes
in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit
prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not
increase or decrease the original total amount shown in the Agreement by more than twenty-five (25%) percent.
3. SUPERINTENDENCE
The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such
operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of
individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress
thereof. The Contractor's Superintendent will be responsible for establishing grade control on concrete removal and
replacement.
4. PROSECUTION OF WORK
The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient flagmen,
as approved by the Street Superintendent, to give notice to vehicular traffic. During the construction the Contractor is
to close to traffic streets, as approved by the Street Superintendent.
At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours
of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or alleys shall
remain closed not more than 4 days including 72 hours for curing.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such barricades
and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and pedestrian traffic of
any and all obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a
passable condition. During the time the concrete is curing in the alleys and until it can be opened to traffic, the
Contractor shall maintain warning signs on barricades with lights at each end of the block until the alley can be opened
to traffic.
The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -orange flags
at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be visible to all
traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each property owner that has
a car or cars parked in their driveways or garages so that each owner might have the opportunity to move their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order that
businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the City's
Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the driveways into
their parking lots will be closed. At no time will any parking lot be completely closed, without prior approval from the
Owner's Representative, unless the work is being accomplished at night and the businesses are closed. The Contractor
shall be responsible for notifying affected businesses of the proposed work and the projected schedule for completion
of this work.
Immediately after each re -construction the Contractor shall clean, remove any paving materials from gutters, rubbish
and temporary structures from the street, restore in an acceptable manner all property, both public and private which
has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable
condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work
involved, and no direct compensation will be made for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for
Streets and Highways. Part VI.
5. BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning
and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such
type devices for handling traffic control as indicated in the plans or as directed by the Street Superintendent. All
barricades, warning signs, barriers, cones, lights, signals and other such type devices shall conform to details shown on
the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices.
The Contractor may provide special signs not covered by plans to protect the traveling public against special
conditions or hazards, provided however, that such signs are first approved by the Street Superintendent.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices
and evident thereof shall be removed by the Contractor.
6. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in
accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable condition,
such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and
crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor
at his entire expense.
7. PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street
Superintendent.
The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic.
The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of work,
and methods of providing for the safe passage of traffic before it is placed into operation. If at any time during
construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting
the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the
unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere
with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points and for such periods
of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and
as directed by the Street Superintendent. Flaggers shall be English speaking, courteous, well informed, physically and
mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall
be neatly attired and groomed at all times when on duty. When directing traffic, flaggers shall use standard attire, flags
and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for
Streets and Highways.
8. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to
building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Street
Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The
Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing their
equipment.
9. TEST OF MATERIALS
The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of
materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval
given by the Street Superintendent.
A. CONCRETE MATERIALS
Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with test reports
will be submitted to the Street Superintendent for approval. During the construction period, concrete tests that fail
will require the location to be cored at the contractor's expense. If the concrete cores fail, the concrete work will be
removed and replaced at no additional cost to the City of Lubbock.
B. HOT MIX
The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement Management office,
at least thirty (30) days prior to the reconstruction, a mix design it shall include, but not limited to crushed face
counts, Flakiness Index tests, and magnesium sulfate (soundness) tests. The gradation requirements shall be that as
necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements). The crushed face
count, Flakiness Index, and Magnesium Sulfate requirements shall meet those established in City of Lubbock
Standard Paving Specifications, Item number 6.4.
10. SUBCONTRACTOR
The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which
approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed
award to the subcontractor, which statement shall contain such information as the Owner may require.
The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of
persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed
by him.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind
subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as
applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any
subcontract that the Owner may exercise over the Contractor under any provision of the contract documents.
Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and
said subcontractor will look exclusively to contractor for any payments due subcontractor.
11. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on
the plans have been taken from the best available information. There may be other pipelines or installations. The
Contractor shall hold harmless the City from any and all suits or claims resulting from damage by his operations to any
pipeline or underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits of
street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-sack flowable
fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the individual utility
company making the cut to provide their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's option, to
repair the cut with 2-sack flowable fill at the unit price bid.
12. PARTIAL PAYMENT
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said application for partial payment and the progress of the work
made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as
completely as practical the total value of the work done by the Contractor up to and including the last day of the
preceding month.
13. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility
for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any damage to other
work resulting therefrom, which shall appear within a period of one (1) year from date of final acceptance of the
project. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness.
14. LABOR
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor, and
must not pay less than the rate legally prescribed or as set forth herein, whichever is higher.
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the above
prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-1/2) times the regular
governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under
the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th
Legislature shall be paid on the basis of eight (8) hours constituting a day's work.
15. NOTIFICATION OF CITIZENS
All citizens shall be notified by door hangers a minimum of 24 hours and a maximum of 48 hours in advance of the
Micro -Surfacing being placed on their street. The door hangers shall contain the following information on them. The
company doing the work as well as a contact name and number. There shall be an on site contact that is familiar with
the project, and shall be capable of dealing with citizens in a cordial manner. The door hanger shall contain a time
frame in which the work shall take place Example: 8 AM to 7 PM. The door hanger shall lay out exactly what the
citizens should expect, and shall let them know how long access to their home could be affected. Example: During this
time access to your driveway could be limited or blocked for 1 to 2 hours. If your vehicle is in your driveway we can
usually get you out in 20 to 30 minutes. Citizens shall be asked not to park their cars in the street during construction.
The dates on the door hanger can have multiple dates but shall not exceed three working days. If this schedule is not
met then the contractor will be required to hang door knockers again with a more accurate schedule. The door hangers
shall also allude to unexpected equipment problems or unexpected weather problems. The door hangers shall be
submitted to the City of Lubbock Street Superintendent for approval.
16. HOURS OF OPERATION
Operating hours will be Monday through Saturday as outlined in this section of these specifications unless other wise
directed by the Street Superintendent. Hours of operation shall be: Major Thoroughfare's 7pm to lam, Residential
Areas lam to 7pm. Night work will be permitted only on our major thoroughfares and shall conform to the following.
The micro -Surfacing shall be traffic ready by 7 AM, all traffic control devices and barricades shall be removed from
the roadway by 7 A.M.
4