HomeMy WebLinkAboutResolution - 2023-R0494 - Public Works Contract 17579, With Deerwood Construction, Inc. - 10/10/2023Resolution No. 2023-R0494
Item No. 5.11
October 10, 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. 17579 for Water Lines
Ahead of Paving -- Milwaukee Ave 4�h To Erskine as per ITB 23-17579-TF, by and between
the City of Lubbock and Deerwood Construction, Inc. of Lubbock, TX, 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 October 10, 2023
AT EST:
Courtney Paz, City Secre
APPROVED AS TO CONT�NT:
��`�� , ,�i.ln� 'V
W ���./� i.��--
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
� �
Ili Leisure, Senior Assistant City Attorney
ccdocs/RES.Public Works Contract 17579 Water Lines Ahead of Paving
09.29.23
BID SUBMITTAL FORM
UIVIT PRICE BID COIYTRACT
'�/ / /� � • i
� ' ► �i�-
PROJECT NUMBER: ITB 23-17579-TF, Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
Bid of l _ J��J�� . (hereinafter called
Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner}
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding
the construction oF the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time stated and for the prices
stated.
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 150 consecutive calendar days
with final completion of the project within 180 consecutive calendar days as stipulated in the specification
and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages in the sam
of $100 for each consecutive calendar day after substantial completion and liquidated damages in the sum of
$100for 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.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General lnstructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Bidders are required. whether or not a payment or perfonnance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond frocn a reliabfe surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(S°Io) of the total amount o�the bid sdbmitted as a guarantee that bidder will enter into a contract, obtain all
required insurance policies, and execute all necessary boods (if required) within 10 business days after notice
of award of the contract to him.
City of Lubbock, TX
Public Works
ITB 23-17579-TF
Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
Deerwood Construction, Inc. of Lubbock, TX
QTY Unit Extended
# +/- U/M Price Cost
Ceneral
#� � Mobilization - Contractor mobilization including move-in and move-out cost from each site � LS
location.
#� 2 Provide and maintain a Tra�c Control Plan - Preparation, approval from COL Traffic � LS
Engineering to all sites, and all other work considered incidental to this item.
#1-3 Provide and maintain a SWPPP - Including preparation, NOI, NOT, and all other work l LS
considered incidental to this item.
#1-4 Trench Safety - Complete and in place. 4645 LF
Water Improvements
Furnish and install C900 12" PVC approved water pipe in open cut trench, backfilled to 95%
#2-I compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to 4470 LF
perform work.
Furnish and install C900 10" PVC approved water pipe in open cut trench, backfilled to 95°Io
#2-2 modified compaction, and tested as herein specified, including all fittings, equipment, tools, and 55 LF
labor to perform work.
Furnish and install C900 8" PVC approved water pipe in open cut trench, backfilled to 95%
#2-3 modified compaction, and tested as herein specified, including all fittings, equipment, tools, and 120 LF
labor to perform work.
Furnish and install C900 6" PVC approved water pipe in open cut trench, backfilled to 95%
#2-4 modified compaction, and tested as herein specified, including all fittings, equipment, tools, and 50 LF
labor to perform work.
Furnish and install 20" steel encasement with 10" C-900 DR-18 pvc pipe by open cut, provide
#2-5 all casing spacers and backfilled to 95% modified compaction, and tested as herein specified, 40 LF
including all fittings, equipment, tools, and labor to perform work, as herein specified.
Furnish and install 20" steel encasement with 10" C-900 DR-18 pvc pipe by method other than
#2-6 open cut, provide all casing spacers and backfilled to 95% modified compaction, and tested as 30 LF
herein specified, including all fittings, equipment, tools, and labor to perform work, as herein
specified.
Furnish and install 16" steel encasement with 8" C-900 DR-18 pvc pipe by open cut, provide all
#2-7 casing spacers and backfilled to 95% modified compaction, and tested as herein specified, 115 LF
including all fittings, equipment, tools, and labor to perform work, as herein specified.
Furnish and install 16" steel encasement with 8" C-900 DR-18 pvc pipe by method other than
#2 g open cut, provide all casing spacers and backfilled to 95% modified compaction, and tested as � 00 LF
herein specified, including all fittings, equipment, tools, and labor to perform work, as herein
specified.
#2-9 Furnish and install 12" gate valve and box as herein specified, including all equipment, tools, 5 EA
and labor to perform work.
#2-lp Furnish and install 10" gate valve and box as herein specified, including all equipment, tools, � EA
and labor to perform work.
#2 � � Furnish and install 8" gate valve and box as herein specified, including all equipment, tools, and 4 EA
labor to perforrn work.
#2 � 2 Furnish and install 12"x8" Tapping Sleeve and valve as herein specified, including all � EA
equipment, tools, and labor to perform work.
#2-13 Cut in Tee to existing 8" Water Line, complete and in place per Specifications. 1 LS
#2-14 Furnish and install 2" Air Release Valve and Vault, as herein specified, including all equipment, � EA
tools, and labor to perform work.
#2-15 Furnish and install Fire Hydrant, as herein specified, including all equipment, tools, and labor to g EA
perform work.
#2-16 Tie in to to existing water Line, complete and in place per Specifications. 2 LS
Paving Repair
#3-1 Flowable backfill as approved, complete and in place per Specifications. I50 CV
Remove and Repair concrete paving, including all material, equipment and labor to perform sub
#3-2 grade compaction and testing. Concrete installation per COL Specifications and all other work 20 SY
considered incidental to this item.
38,830.24 38,830.24
14,440.07 I 4,440.07
8,721.00 8,721.00
1.20 5,574.00
124.90 558,303.00
75.00 4, I 25.00
65.00 7,800.00
57.00 2,850.00
227.29 9,09 L60
433. I 9 I 2,995.70
147.89 17,00735
272.16 27,216.00
3,700.00 l 8,500.00
3,200.00 3,200.00
2,300.00 9,200.00
3,300.00 3,300.00
2,000.00 2,000.00
5,800.00 5,800.00
4,810.00 38,480.00
2,000.00 4,000.00
120.00 l 8,000.00
300.00 6,000.00
Total (Items 1-1 through 3-2): $ 815,433.96
Enclosed with this bid is a Cashier's Check or Certified Check for
_ Dollars (S or a Bid Bond in the sum of
� Dollars {$� �, which it is agreed shall be collected and
retained by tfee Owner as liquidated damages in the event the bid is accepted by the Owoer and the
undersigned fails to execute the aecessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within 10 business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said chectc or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with th Notice to Bid2ders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid tbat has been opened may not be
changed tor the purpose of correcting an error in the bid p�ice.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
�IUST BE MADE OiY THE BID SUB�IITTAL FOR�I PRIOR
T BID PENIiV .
(Seal if Bidder is a Corporation)
A EST:
� _
retary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
M/WBE
Firm:
� - � -.
� p,�/� , , ,
� � -
A � � ?�
� � �
. .� � �-�
; � / i
,��+ i � �ii �� r .� _. . � . �
� � � i. % // �
• �� - i
�, , � / �, I
i � �
`'/ ,/ � � � .
- � � �:� �
- � � � � �/ %/
i � � L� i
FEDERAL TAX !D or SOCIAL SECURITY No.
7i.d � -- _
EMAI��Q�'�L �C� wuc��1� � ,
CERTIFICATE OF INTERESTED PARTIES FORnn 1295
lofl
Complete Nos. i- 4 and s if there are interested parties. OFFICE USE ONLY
Complete Nos. i, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entiry filing form, and the ciry, state and country of the business entity's place Certificate Number:
of business. 2023-1079481
Deerwood Construction, Inc.
LubboCk, TX United States Date Filed:
2 Name of governmental entity or state agency that is a psrty to the contract for which the form is 10/04/2023
being filed.
City of Lubbock Texas Date Acknowledged:
g 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.
17579
Water Lines Ahead of Paving - Milwaukee Ave 4th to Erskine
Nature of interest
4 Name of Interested Pa CIt , State, Count lace of business
rty y ry (p ) (check applicable)
Controlling Intermediary
Patterson, Jan Lubbock, TX United States X
Aguilar, Roy Lubbock, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is ___ � c�.JYI �� ���/ ��%n , and my date of birth is ��
My address is ��� �� �OJ��, �,�. , � ��
(street) (city) (s ate} (z�p code} (country)
1 declare under penalry of perjury that the foregoing is true and correct.
Executed in r14 �� � ___�Counry. State of , on lhe �,day o( u•�-!�"i�. 20 •��.
(month) (year)
!
Signature of authoriZed agent af contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.i.e4ef7e73
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1of1
Complete Nos. l- 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
1 Name of business entiry filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2023-1079481
Deerwood Construction, Inc.
Lubbock, TX United States Date Filed:
2 Name of governmental entiry or state agency that is a party to the contract for which the form is 10/04/2023
being filed.
City of Lubbock Texas Date Acknowledged:
10/05/2023
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.
17579
Water Lines Ahead of Paving - Milwaukee Ave 4th to Erskine
Nature ofinterest
4 Name of Interested Pa Ci State, Count
rty ry, ry(place of business) (check applicable)
Controlling Intermediary
Patterson, Jan Lubbock, TX United States X
Aguilar, Roy Lubbock, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is , and my date of birlh is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalry of perjury that the foregoing is true and correct.
Executed in Counry, State of , on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entiry
(Declarant)
Forms provided by Texas Ethics Commissfon www.etnfcs.state.tx.us Version V3.b.1.e4et/ei3
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: October 10, 2023
CITY OF LUBBOCK
SPECIFICATIONS FOR
Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
ITB 23-17579-TF
CONTRACT 17579
PROJECT NUMBER: 92750.9241.30000
Plans & Specifications may be obtained from
hlt2s://ci-lubbock-tx.bonfirehub.com/
,.W,qk
'LubCity of
bock
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
S.
9.
10
11
12
13
14
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK REFERENCE FORM
3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-4. SAFETY RECORD QUESTIONNAIRE
3-5. SUSPENSION AND DEBARMENT CERTIFICATION
3-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL
VERIFICATION
LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
2
Page Intentionally Left Blank
NOTICE TO BIDDERS
Pate Intentionally Left Blank
City of
Lubbock
TEXAS
ITB 23-17579-TF
Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
1. NOTICE TO BIDDERS
1.1. Bidders may submit responses electronically by uploading required documents at the City of
Lubbock's partner website, Bonfire. This Invitation to Bid is for your convenience in submitting a
bid for the specified project. 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. Bids 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 September 28, 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 bids 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: hgps://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9
Meeting ID: 975 917 1012
Passcode: 1314
1.4. It is the sole responsibility of the bidder to ensure that his bid is actually received by 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 bid received after the date and hour specified will be rejected and
returned unopened to the bidder.
1.5. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a
receipt. The City of Lubbock assumes no responsibility for errant delivery of bids, including those
relegated to a courier agent who fails to deliver in accordance with the time and receiving point
specified.
1.6. Although bids may be submitted electronically, hard copy bids will be accepted in person, by United
States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT
ACCEPT FAX BIDS.
1.7. Bids may be withdrawn prior to the above scheduled time set for closing. Alteration made before
ITB opening must be initialed by bidder guaranteeing authenticity.
1.8. Bids are due at 2:00 PM on September 28, 2023, and the City of Lubbock Council members will
consider the bids on October 24, 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 bids and
waive any formalities. The successful bidder will be required to furnish a performance bond in
accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price
in the event that said contract price exceeds $100,000 and the successful bidder will be required to
furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100%
of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds
shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE
CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVED.
1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF
THE CONTRACT BY THE LUBBOCK CITY COUNCIL.
1.10. Please allow time to upload required documentation. 24hrs in advance is recommended.
1.11. The estimated budget for this project is $830,000.
1.12. Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a 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 bidder will
enter into a contract and execute all necessary bonds within ten (10) business days after notice of
award of the contract to the bidder. FAILURE OF THE BIDDER TO INCLUDE BID
SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE
BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL.
1.13. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock
Purchasing and Contract Management office. Plans and specifications can be viewed online and
downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file
size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
1.14. It shall be each bidder's sole responsibility to inspect the site of the work and to inform bidder
regarding all local conditions under which the work is to be done. It shall be understood and agreed
that all such factors have been thoroughly investigated and considered in the preparation of the bid
submitted.
2. PRE -BID MEETING
2.10. For the purpose of familiarizing bidders with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory
pre -bid meeting will be held September 19, 2023, at 10:00 a.m., via teleconference. The Zoom
meeting information is as follows:
Website: hgps://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dz09
Meeting ID: 975 917 1012
Passcode: 1314
2.11. All persons attending the meeting will be asked to identify themselves and the prospective bidder
they represent.
2.12. It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory.
The City will not be responsible for providing information discussed at the pre -bid meeting to
bidders who do not attend the pre -bid meeting.
3. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing and Contract Management Office
of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidders
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.
4. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
5. 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 BIDDERS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
1. BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
1.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated
in this ITB to a single source. Such notification must be submitted in writing and must be received by
the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days
before the bid closing date. A review of such notifications will be made.
1.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION
TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Asst. Director
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
2. TIME AND ORDER FOR COMPLETION
2.1 The construction covered by the contract documents shall be substantially completed within 150
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
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.
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. BID AWARD
4.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and
to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its
sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for
Bid Items 1-1 through 3-2 plus the sum of any Alternate Bids or Options the City may select.
4.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response
to specifications is primary in determining the best low bid. Failure to comply with the specifications
may result in disqualification of the bid.
4.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may
be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
4.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
4.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. hi connection with the performance of work,
the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and
all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
4.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
GENERAL INSTRUCTIONS TO BIDDERS
(Continued)
5. ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for
any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES
WITHOUT INTERNET ACCESS may use computers available at most public libraries.
5.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing and Contract Management Office. At the request
of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation
to be substantive, the interpretation will be made by written addendum issued by the Purchasing and
Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office
will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part
of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL
EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid
closing date.
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 amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB
should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt
of this ITB with any individuals, employees, or representatives of the City and any information that may
have been read in any news media or seen or heard in any communication facility regarding this bid
should be disregarded in preparing responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to bidders
6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
6.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation
to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation
to comply, in every detail, with all provisions and requirements of the Invitation to Bid.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Purchasing and Contract Management Office and a clarification obtained before
the bids are received, and if no such notice is received by the Purchasing and Contract Management
Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the
work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If bidder does not notify Purchasing and Contract
Management Office before bidding of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of the
project. It is further agreed that any request for clarification must be submitted no later than five
(5) calendar days prior to the bid closing date.
7. BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
7.2 The issuance of this ITB 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 bid shall be paid by the bidder.
8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General
or a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using
the link provided below.
ho2s://Iubbocktx.govga.us/WEBAPP/ rs/(S(guiyirflbtihahinycemucs))/SmportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
hlt2s://ci.lubbock.tx.us/pages/public-infonnation-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 bidder
is or may be required to pay.
10. UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
11. CONFLICT OF INTEREST
11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special
treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other
exercise of discretion concerning this bid.
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:
hlt2s://www.ethics.state.tx.us/fonns/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000,
Lubbock, Texas, 79457
See Section 176.006, Local Government Code:
http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
12. CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
12.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
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_forml295.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).
13.2 A contract described by Subsection (b) of Government Code Section 2252.908 entered into by a
governmental entity or state agency is voidable for failure to provide the disclosure of interested parties
required by this section only if: (1) the governmental entity or state agency submits to the business
entity written notice of the business entity 's failure to provide the required disclosure; and (2) the
business entity fails to submit to the governmental entity or state agency the required disclosure on or
before the loth business day after the date the business entity receives the written notice under
Subdivision (1).
14. PLANS FOR USE BY BIDDERS
14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and
prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without
charge as noted in the Notice to Bidders.
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
proj ect.
18. PLANS FOR THE CONTRACTOR
18.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications and
related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies
of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of
the work contemplated by the Contractor.
19. PROTECTION OF THE WORK
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 bids have been opened and before the contract has been awarded, to require
of a bidder the following information:
19.1.1 The experience record of the bidder showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
19.1.2 A sworn statement of the current financial condition of the bidder.
19.1.3 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 cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City
of Lubbock, Texas, at Contractor's expense.
22. BARRICADES AND SAFETY MEASURES
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 unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24. CONTRACTOR'S REPRESENTATIVE
24.1 The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25. INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL
NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY
ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE
OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE
OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE
ENDORSEMENTS ARE REQUIRED.
26. LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258,
Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the
bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in the contract documents does not release the Contractor from compliance with any wage law
that may be applicable. Construction work under the contract requiring an inspector shall not be
performed on weekends or holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
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.
26.1.3 Before construction work requiring an inspector is to be performed on Sunday or holidays,
the Contractor must notify the Owner's Representative not less than three full working days
prior to the weekend or holiday he desires to do work and obtain written permission from the
Owner's Representative to do such work. The final decision on whether to allow construction
work requiring an inspector on Sunday or holidays will be made by the Owner's
Representative.
26.2In 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 ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof,
such laborer, workman or mechanic is paid less than the wages assigned to his particular classification
as set forth in the schedule of general prevailing rate of per diem wages included in these contract
documents.
28. PROVISIONS CONCERNING ESCALATION CLAUSES
28.1 Bids submitted containing any conditions which provide for changes in the stated bid price due to
increases or decreases in the cost of materials, labor or other items required for the project will be rejected
and returned to the bidder without being considered.
29. PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be
correctly filled in, stating the price in numerals for which he intends to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten.
In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be
taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid
price.
29.2If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If
a bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the
bid.
29.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened
may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY
CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
30. BOUND COPY OF CONTRACT DOCUMENTS
30.1 Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include
the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to bidder for his inspection in accordance with the
Notice to Bidders.
29.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
considered incorporated by reference into the aforementioned contract documents.
31. QUALIFICATIONS OF BIDDERS
31.1 The bidder may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The bidder may also be required to give a past history and
references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the bidder
to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose
that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be
rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock
that the bidder is properly qualified to carry out the obligations of the contract and to complete the work
described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the
time specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(c) The quality of performance of previous contracts or services.
(d) The safety record of the Contractor and proposed Sub -Contractors
31.2 Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past three
(3) years for review. This list shall include the names of supervisors and type of equipment used to
perform work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32. PLANS FOR THE CONTRACTOR
32.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications and
related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies
of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of
the work contemplated by the Contractor.
33. ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD,
BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY
DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL
OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members
or City staff. This policy is intended to create a level playing field for all potential bidders, assure that
contract decisions are made in public, and to protect the integrity of the bid process. Violation of this
provision may result in rejection of the bidder's bid.
34. PREVAILING WAGE RATES
34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates,
with respect to the payment of prevailing wage rates for the construction of a public work, including a
building, highway, road, excavation, and repair work or other project development or improvement, paid
for in whole or in part from public funds, without regard to whether the work is done under public
supervision or direction. A worker is employed on a public work if the worker is employed by the
contractor or any subcontractor in the execution of the contract for the project
34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than
the general prevailing rate of per diem wages for the work of a similar character in the locality in which
the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday
and overtime work.
34.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the
City of Lubbock sixty dollars ($60) for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
35. PROTEST
35.1 All protests regarding the ITB 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 ITB 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.
35.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
Page Intentionally Left Blank
BID SUBMITTAL FORM
Pate Intentionally Left Blank
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
PROJECT NUMBER: ITB 23-17579-TF, Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
Bid of . (hereinafter called
Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding
the construction of the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time stated and for the prices
stated.
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 150 consecutive calendar days
with final completion of the project within 180 consecutive calendar days as stipulated in the specification
and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages in the sum
of $100 for each consecutive calendar day after substantial completion and liquidated damages in the sum of
S100for 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.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Bidders are required. whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(51o) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all
required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice
of award of the contract to him.
City of Lubbock, TX
Public Works
ITB 23-17579-TF
Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
Deerwood Construction, Inc. of Lubbock, TX
#
QTY Unit Extended
+/- U/M Price Cost
General
#1-1 Mobilization - Contractor mobilization including move -in and move -out cost from each site
1 LS 38,830.24 38,830.24
location.
#1-2 Provide and maintain a Traffic Control Plan - Preparation, approval from COL Traffic
1 LS 14,440.07 14,440.07
Engineering to all sites, and all other work considered incidental to this item.
#1-3 Provide and maintain a SWPPP - Including preparation, NOI, NOT, and all other work
1 LS 8,721.00 8,721.00
considered incidental to this item.
#1-4 Trench Safety - Complete and in place.
4645 LF 1.20 5,574.00
Water Improvements
Furnish and install C900 12" PVC approved water pipe in open cut trench, backfilled to 95%
#2-1 compaction, and tested as herein specified, including all fittings, equipment, tools, and labor to
4470 LF 124.90 558,303.00
perform work.
Furnish and install C900 10" PVC approved water pipe in open cut trench, backfilled to 95%
#2-2 modified compaction, and tested as herein specified, including all fittings, equipment, tools, and
55 LF 75.00 4,125.00
labor to perform work.
Furnish and install C900 8" PVC approved water pipe in open cut trench, backfilled to 95%
#2-3 modified compaction, and tested as herein specified, including all fittings, equipment, tools, and
120 LF 65.00 7,800.00
labor to perform work.
Furnish and install C900 6" PVC approved water pipe in open cut trench, backfilled to 95%
#24 modified compaction, and tested as herein specified, including all fittings, equipment, tools, and
50 LF 57.00 2,850.00
labor to perform work.
Furnish and install 20" steel encasement with 10" C-900 DR-18 pvc pipe by open cut, provide
#2-5 all casing spacers and backfilled to 95% modified compaction, and tested as herein specified,
40 LF 227.29 9,091.60
including all fittings, equipment, tools, and labor to perform work, as herein specified.
Furnish and install 20" steel encasement with 10" C-900 DR-18 pvc pipe by method other than
open cut, provide all casing spacers and backfilled to 95% modified compaction, and tested as
#2-6
30 LF 433.19 12,995.70
herein specified, including all fittings, equipment, tools, and labor to perform work, as herein
specified.
Furnish and install 16" steel encasement with 8" C-900 DR-18 pvc pipe by open cut, provide all
#2-7 casing spacers and backfilled to 95% modified compaction, and tested as herein specified,
115 LF 147.89 17,007.35
including all fittings, equipment, tools, and labor to perform work, as herein specified.
Furnish and install 16" steel encasement with 8" C-900 DR-18 pvc pipe by method other than
open cut, provide all casing spacers and backfilled to 95% modified compaction, and tested as
#2-8
100 LF 272.16 27,216.00
herein specified, including all fittings, equipment, tools, and labor to perform work, as herein
specified.
#2-9 Furnish and install 12" gate valve and box as herein specified, including all equipment, tools,
5 EA 3,700.00 18,500.00
and labor to perform work.
#2-10 Furnish and install 10" gate valve and box as herein specified, including all equipment, tools,
1 EA 3,200.00 3,200.00
and labor to perform work.
#2-11 Furnish and install 8" gate valve and box as herein specified, including all equipment, tools, and
4 EA 2,300.00 9,200.00
labor to perform work.
#2-12 Furnish and install 12"x8" Tapping Sleeve and valve as herein specified, including all
1 EA 3,300.00 3,300.00
equipment, tools, and labor to perform work.
#2-13 Cut in Tee to existing 8" Water Line, complete and in place per Specifications.
1 LS 2,000.00 2,000.00
#2-14 Furnish and install 2" Air Release Valve and Vault, as herein specified, including all equipment,
1 EA 5,800.00 5,800.00
tools, and labor to perform work.
#2-15 Furnish and install Fire Hydrant, as herein specified, including all equipment, tools, and labor to
8 EA 4,810.00 38,480.00
perform work.
#2-16 Tie in to to existing water Line, complete and in place per Specifications.
2 LS 2,000.00 4,000.00
Paving Repair
#3-1 Flowable backfill as approved, complete and in place per Specifications.
150 CY 120.00 18,000.00
Remove and Repair concrete paving, including all material, equipment and labor to perform sub
#3-2 grade compaction and testing. Concrete installation per COL Specifications and all other work
20 SY 300.00 6,000.00
considered incidental to this item.
Total (Items 1-1 through 3-2): $ 815,433.96
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ _ ) or a Bid Bond in the sum of
Dollars (S__� I, which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within 10 business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for hk inwpection in accordance with ths Notice to Bidder,,.
Pursuant to Texas Local Government Code 252.043(g), a Date: q —i-u vz
competitive sealed bid that has been opened may not be -av,
changed for the purpose of correcting an error in the bid price. ______--
THEREFORE, ANY CORRECTIONS TO THE BID PRICE •� or zed S to �} r y}
MUST BE �NIADE ON THE BID SUBMITTAL FORM PRIOR Vt� n/ eI 5 �/
TO BID OPENING. (Printed or Typed Name)
C i any
(Seal if Bidder is a Corporation) s
A 1;4 EST:
Ci Coypt t5
State ip
retary Telephone:
Bidder acknowledges receipt of the following addenda: Fax: O
Addenda No.
Addenda No.
Addenda No.
Addenda No.
MIWBE
Firm:
FEDERAL TAX ID or SOCIAL SECURITY No.
Date�.��_ .
Date
Date
Date
Woman
Black American
Native American
tspanic
American
Asian Pacific
American
Other pect y
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-1 10) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or
services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -
recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
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. 1 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, l 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 5100,000 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: ( I ) 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: (I ) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does
not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
boycott energy companies; and will not boycott energy companies during the term of the Agreement. This
verification is not required for an agreement where a governmental entity determines that these requirements
are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance,
incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment
of funds.
Agreement Example
Review
This sample Agreement has been reviewed and
(01's acceptable
( ) is acceptable as noted
Contractor Acknowledgement
In compliance with this solicitation, the undersigned bidder, having examined the bid documents,
instructions to bidders, documents associated with the invitation to bid, 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 bid rejection.
By signing below, the terms stated have been reviewed and approved
Company Na e:
Signed By: _.
Print Name and Title: Aftu �d re 5 t%ft
Date.• 0 - — 02
MERCHANTS,
BONDING COMPANY.
MERCHANTS BONDING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING. INC.
2100 FLEUR DRIVE • DES MOINES. IOWA 50321-1158 • (800) 678-8171 (515) 243-3854 FAX
BID BOND
PUBLIC WORK
KNOW ALL PERSONS BY THESE PRESENTS:
Deerwood Construction, Inc.
Bond No.
(hereinafter called the Principal) as Principal, and the Merchants Bonding Company Mutual a corporation of
the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held
and firmly bound to City of Lubbock, Texas
(hereinafter called the Obligee) in the full and just sum of ( 5 %
Five Percent of the Greatest Amount Bid
Dollars
good and lawful money of the United States of America, to the payment of which sum of money well and truly to be
made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
Signed and dated this
28th
day of September 2023
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for
ITB 23-17579-TF - Water Lines Ahead of Paving - Milwaukee Ave 4th to Erskine
according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and
enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give
bond for the faithful performance thereof with the Merchants Bonding Company (Mutual) and Surety, or with
other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee
the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this
obligation shall be null and void; otherwise it shall be and remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed.
Witness: Deerwood Construction, Inc
Princ' a1
a............ — By �.
Attest:
erch nding Com utual)
-.._ By
Cara D I lancock, A orney-ln-Fact
CON 0333 (2/12)
MERCHANT
BONDING COMPANY. -
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually.
Cara D Hancock; Carroll Mayfield; DeeDee Brinker, Jennifer Winters; Tara Symes
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surely company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of February 2020
••,��,�toNq� .•o�NG coy.
ppjp e�•� �'0�. PPQA .'off•• MERCHANTS BONDING COMPANY (MUTUAL)
tiy: v0 '4J'•'• y ' . �: VD •4.y,�; MERCHANTS NATIONAL BONDING, INC.
tz:2 -o- Q
2003 ; �� = 1933 :' c; By
STATE OF IOWA •••'`""""''�, • • •"�
COUNTY OF DALLAS ss.
On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known, who being by me duly swam
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
�Q•µIA(s POLLY MASON
My Commission Expires
o Commission Number 750576 �-a 11;1- '
'
• ,�„� • January 07, 2023 Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 28th day of September , 2023
r4'
•••.-.•••
r �PO/P�•ep:
OPPOq A9'
-o- d:OC
2003
1933 q C'
Secretary
N;'
••
'• di' •... A
•••W•
.,..�y•••�•••;'�,.
��"'ot
is t.••'
••
POA 0018 (1/20)
Contractors Statement of Qualifications
Individual contractors and joint ventures submittin_-, 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: �J
Do the organization and key personnel have appropriate technical experience on similar projects? 9 '
C. SAFETY:
Does the organization stress and support safety as an important function of the work process? qtX"
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? Old'
(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 recoginzed 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 to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in detennining 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
,
Business Address of Principle Office
.3aa
Telephone Numbers
Main Number
Fax Number
Web Site Address
lag 3
Cel'fvQ GG 57Lr !�
Form of Business (Check One)
a Corporation
Date of Incorporation
A Corporation A Partnership An IndividualIf
State of Incorporation
Chief Executive Officer's Name
President's Name
Vice President's Name(s)
r
........ .......
Secretary's Name
Treasurer's Name
Date of Organization
G(��
State whether partnership is general or
limited
Name
Business Address
Idelitif , N III indkiduals not l)re%iotjsI.,*
organization
named %shich e.%ej-t -,I significant aillount of business Control mer tile
Indic -Mors of Organization Size
Average Number of Current Full Time
Employees
Average Estimate of Revenue for the . A
Current Year /" f
Contractor's Organizational Experience �/f}
! i ! ! y
Organization Doing Business As
if
Business Address of Regional Office
Name of Regional Office Manager
Telephone Numbers
Main Number --�
Fax Number /1l
Web Site Address
limis
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 Or anization
From Date
To Date
A� Q l; %1W ns rU
i D
1
eerGcn�a ate' o AC•
eh
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization Percent Ownership
Years experience in projects similar to the proposed project:
As a General Contractor
I
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?
A ��
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five ears?
^ ��
/ y
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
Alb
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
If yes provide full details in a separate attachment. See attachment No.
Contractor's Proposed Key Personnel
Organization Doing Business As f tDW
Proposed Project Organivalion
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Incl... ,�:4riand names of key personnel. Include this chart at an attachment to this description, See attachment
No. ,tt ff
JQ�Y1 01 'r-5 nb >° 5 r � � , c ' tull
ail
ra cy lack- 6,6 f �� 1�a a eelly
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names o roposed key personnel and alternates. Include this chart at an attachment to this
descri tion. See attachm Ma
n1'A I MAI P� 10 ftll)A J OAA 4A
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
ft
Alternate Candidate
t�
Project Manager /
Project Superintendent�:l k
Project Safety Officer I
t t
e /
t I
Quality Control Manager r l
t
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.
Proposed Project Managers
Organization Doing Business As
Name of Individual
Years of Experience as Project Manager
Years of Experience with this organization
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
a3
qv e0
ihds Q
Reference Contact
Name
Information (listin n mes indicates a roval to contactingthe
names indi idu is as a ref rence)
'r
Name
Q
Title/ Position
/'
Title/ Position
Organization
Organization
Telephone
Tele hone
—
E-mail/
E-mail
Project
` O �!
Project
Candidate role on
Project
Name of Individual
,� ,
Candidates role
on Project
A
e
Years of Experience as Project Manager
Years of Experience with this organization
Number of similar projects as Project Manager
d
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
D e n
1
iz r-
p
_mom o
Name 6T P 4
Title. Position
Organization n i'C%r 17
a-
ame
Title/ Position
Or anization
Telephone ^
Telephone
E-mail
-mail
,
Project 2 Rd rW
Project
4
_14BMo
Candidate role one
Project
Candidate role on
Project
f
Proposed Project Superintendent
�A �_
------------------
Organization Doing Business As
Name of Individual
Years of Experience as Project Superintendent
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment Percent of Time Used for Estimated Project
this Project Completion Date
ci-
r
f
Reference Contact Information {listi ames indicates ap roval to contacting the namesjndivi u as a re a ence)
Name Name
Title/ Position , Title/ Position
Organization
Organization
-Telephone
Telephone
E-:-retail
Project
.,
E-mail
Project
,
Candidate role on
Project
Name of Individual
Ji /� / �/]� �t
! o ``-�C /' I
Candidate role on
Project
}'}� ^ `
' ' `"f"�
Years of Experience as Project Superintendent
Years of Experience with this organization
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
t
cK ee-
Name
Name
D
Title/ Position
Title/ Position
Organization
Organization
Telephone
..
E-mail
—Telephone
-mail
Project
eet
Candidate role on
Project
FabProject
Candidate role on
2
e
t
Proposed Project Safety Officer
n A � �r
Organization Doing Business As
Name of Individual
u 1 Orr
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Q
Number of similar projects in other positions
Current Project Assignments
Name of Assignment Percent of Time L:sed for Estimated Project
this Project Completion Date
4(24*
q g
-mc -ee - 00Wn waSr, s
ro '
Reference Contact Information (listinp, names indicates ap roval to contactingthe
names i dividuals as a reference)
Name
rah J
Name
-Vq V
r CC
Title/ Position
frD. 14CrM4
Title/ Position
Organization
p V .— e,
Organization
-47
Telephone
Telephone
E-mail
A
E-mail Y
Project 4
-
Candidate role on Pry { p C Mg r ,
Project U tl
Q P Qif t r @
Project
Candidate roleJonP
Project
Name of Individual
„p L.,
D ' m �,
g
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
n v rnero v
Number of similar projects in other positions
ro 0 Cj
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
d- Dn *- --� .. aM
/ -o
o e S
GZV I M — ITA Ro
CO o't+3
ra tov m
Name
o o -- w treet
1kr lw /!`ors � qPF
Name Meh f e
Title, Position
0 P B
Title: Position
—TA5-piect4
Organization
p
Organization
1
Telephone
Telephone
l
E-mail
r 4h ra rtYZ •
E-mail
1201 rnylobbo6k'o
Project
Project
r law
Candidate role on
Project
�J, Q
na I 'la_1 ie D� lC 1fI 11`eZ
Candidate role on
Project
y `
r— �I� eV V
` Iifz� 15upea'YJ54Df,
V
Proposed Project Quality Control Manager
Organization Doing Business As
'.dame of Individual
Years of Experience as Quality Control Manager
Years of Experience with this organization
?dumber 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
Compicoop Date
D d
4;
fi
Reference Contact Information (li5ling n mes indicates hp roval to contactingthe
names individuals as 4 reference)
Name
Name
jl
Q
Title/ Position
A Rl
Title/ Position
r
Organization
a
Organization
Telephone
Telephone
E-mail
row M
E-mail
Project
.l p pq,
ro'ect
Candidate role on
Project
Name of Individual
yl
Candidate role on
Project
f e
) n ez—
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
?game of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
a - a
C�olh
A V 57,0 lmi
Name
G Q — 14, 11 o
Name
Title! Position
r
t
Title/ Position
Or anization
p V
Organization
Telephone
-
Telephone
A�^
E-mail
DA v x1
E-mail
hidp
Project
'
Project
Candidate role on
Project
'Candid
-fl � r7U P-� 'I' (i
role on
Project
/�,� ` t
- ) ` .�(�
e5
Contractor's Project Experience and Resources
Organization Doing Business As
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
i. 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
S. Managing equipment
9. Meeting HUB / MWBE Participation Goal
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary
Equipment Item
Primary Use on Project
Own
Bull
Lease
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
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
ex erience for each subcontractor listed above usingthe Project Information Forms.
Provide a list of major equipment roosed for use on this project. Attach Additional Information if ary
Vendor Name Equipment / Material Provided
Furnish
Only
Furnish
and
Install
HUBIM
WBE
Firm
10
DEERWOOD CONSTRUCTION, INC.
ORGANIZATIONAL CHART
I President
Jan Patterson
Project Managers
Safety Officers
Quality Control_Mgrs.
Rov Aguilar
Foreman
Randy Coffey
Adam Gonzalez
Colbev Hickox
Operators
Juan Acosta
Cesario Reyes
Dylan Stephenson
Joe Tansey
Donovan Thornton
Crew
Steven Diaz
Manuel Huron
Torian High
Armando Martinez
Adam Ramirez
Nathaniel Ramirez
Elijah Ramos
Dylan Reese
Dylan Stephenson
Sebastian Ursa
Ikaika Waiolama
�x�1%bif
Vice -President
Sandy Proffitt
Office Manager
Tracy Black
Office Assistant
Juliana Taylor
Field Manager
Nathaniel Ramirez
Deerwood Construction, Inc
Quality Assurance Program
Deerwood Construction, Inc. is dedicated to produce quality construction projects
for clients by ensuring that the customer's expectations are met by using positive
communication and production methods; and, by conforming to specific job
specifications, drawings, standards and safety.
Quality planning is a crucial step in achieving the expected results of the
customer. Deerwood Construction, Inc shall thoroughly review and comply with all
specifications and drawings for each job. Project planning is coordinated with customer
representatives, architects and. or engineers and Deerwood management personnel.
Project construction is coordinated by utilizing chain of command procedures for
communication and information within the organization. Daily job tasks are given from
the Superintendent`Project Manager or Field Supervisor and then to field personnel.
Information during the day is also sent and received via cellular telephone with the main
office staff.
Quality of work is inspected on an ongoing basis. Qualified field personnel are
trained to perform work as required by specifications, drawings, manufacturer standards,
and ASTM guidelines. Daily inspections are made by management personnel, and final
testing is performed as required before final job acceptance.
Deerwood Construction, Inc. feels that keeping the customer informed as to
construction progress, status, and performance is important to complete projects on time
and within budget; and, to meet the needs and expectations of the customer.
(xhi))jl-
BIDDER'S QUALIFICATION STATEMENT
DEERWOOD CONSTRUCTION. I
The founder of Deerwood Construction, Inc. was Mark Patterson. He had installed Water and Sewer
systems for Lubbock and the surrounding area for over 40 years. In 1986 he formed Mark Patterson,
DBA Deerwood Construction. The company became Deerwood Construction, Inc. on 01/01/1998.
Unfortunately, Mark passed away on 05/23/2023. Although Mark is gone, Deerwood Construction, Inc.
remains a major utility company in the Lubbock area and has capable people on staff to carry on Mark's
legacy.
Jan Patterson, President, is the majority stockholder in Deerwood Construction, Inc. She has taken on
more of a leadership role with Mark's passing. Jan continues to oversee the financial duties of the
company as well as the administrative aspects of the company. She has been active with Deerwood
since 1993.
Roy Aguilar is our Project Manager/Estimator and has been with Deerwood Construction for over 3
years. Roy was a foreman before moving into the office in his new position around 05/2022. He has
been active in the utility business for over 20 years.
Nathaniel Ramirez has worked for Deerwood for over 4 years. He started as a laborer and moved up to a
foreman. He is now the Field Superintendent and is vital to oversee that our field work is quality work
and that employees are being safe in their work.
Deerwood Construction has been banking the Plains Capital Bank since approximately 1990. The
company has had numerous loans secured with equipment purchases. Since 1993, we have only
borrowed working capital one time. Our banker is Matthew Wade at 806.201.1095 and you may contact
him for a credit reference.
� � h'ib' �-
2023
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Sandia Construction, Inc.
3874220
LCISD New High School Ph 1/Pkg 1
Sandia Construction, Inc.
Water, Sewer, Strom Drain
Started 6/17/2021-On Going
$1,148,117.00
Michael Haverdink 806-745-9450 michael@sandiaconst.com
Charles Armstrong/Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
Sandia Construction, Inc.
N/A
LCISD New High School Ph 1/Pkg 3
Sandia Construction, Inc.
Landscape & Drain
2/28/2022-On Going
$57,940,00
Michael Haverdink
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
Western Builders
1015
TX Tech Academic Science Building #1
N/A
Western Builders
Site Utilities
12/13/2021-On Going
$852,930.00
Colton Greenlee
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
Lee Lewis Construction
N/A
Hampton Farms Municipal Water
N/A
Lee Lewis Construction
Water
2/1/2022-2/1/2022
$38,531.00
Carol Castillo
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
2021-16
2021-28
mic-hao[P.c andiacan5t.r_orn
2021-31
cgreenlee2wbamari Ilo.corn
2022-04
Carolcast�lIpC-L)leeIewis. EDM
Page 1 of 6
2023
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supery sor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
City of Lubbock
N/A
Hide Away Estates #2
N/A
Hugo Reed and Associates, Inc.
Site Utilities
9/22/2022-On Going
$314,176.35
Greg Navert 806-763-5642 gnavertghugoreed.com
Roy Aguilar
Roy Aguilar
Backhoe, Excavator, Loader
Baywood Hotels
Home 2 Suites
N/A
DD&B
Site Utilities
1/6/2023-8/17/2023
$119,730.00
Bobby Gavaskar682-313-9588
Nathaniel Ramirez
Roy Aguilar
Backhoe, Loader, Excavator
Delta
Lakeview Lots #
N/A
Delta
Site Utilities
1/3/2023-On Going
$276,472.40
George Castillo & Adam Nixon 806 7C1 570 anix00(0de1talbk,c0-m
Nathaniel Ramirez
Roy Aguilar
Backhoe, Loader, Excavator
LP&L
RFP 7121 16-ELD
NW UG Tie Line Chicago Bore
LP&L
Bore
1/11/23 1/31/2023
$49,824.82
Tim Stice 806-775-3412
Adam Gonzalez
Roy Aguilar
Bore Machine, Backhoe, Loader
2022-31
2023-02
2022-40
2023-03
Tsticc@rn,ail.ci.lubbock. tx-us
Page 2 of 6
2023
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job S.te
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Texas Power Supplier, Inc
N/A
Red Raider Bore
N/A
Bore
2/6/2023-3/32/23
$57,642.50
Ronnie Rendon 806-500-2508
Adam Gonzalez
Roy Aguilar
Bore Machine, Backhoe, Loader
LP&L
RFP 7121-16-ELD
42nd & Knoxville
LP&L
Electric
1/23/2023-3/21/2023
$49,965.20
Greg Pillow
Adam Gonzalez
Roy Aguilar
Backhoe, Loader
Brown -McKee, Inc.
7109-23
LP&L-Downtown St. Light Conversion
N/A
Electric
8/3/2023-On Going
$481,245.00
Laren Craig
Adam Gonzales
Roy Aguilar
Backhoe, Loader, Boring Machine
Dillard's Inc.
CDI 020820
Dillard's South Plains Mail -Lubbock
N/A
CDI
Site Utilities
9/21/2023- On Going
$131,926.54
John Shafer 501-660-1756
Colbey Hickox
Roy Aguilar
Backhoe, Loader, Excavator
2023-04
Cx�:�u: r� r�t�,pl 4 r; �irr�olla3 il.cr}r�7
2023-09
2023-11
iarenc brownmckee.cum
2023-12
Page 3 of 6
2023
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
LP&L
RFP 7121-16-ELD
Lincoln 16 Addition Lots 318-408'
LP&L
Electric
3/ 16/2023-3/21/2023
David Stinebaugh
Adam Gonzalez
Roy Aguilar
Backhoe, Loader,
Texas Power Supplier, Inc
N/A
Extra Phase Work
N/A
Electric
4/11/23-5/16/23
$49,602.20
$37,370.00
Ronnie Rendon 806-500-2508
Adam Gonzalez
Roy Aguilar
Backhoe, Loader, Excavator
Bianchi Electric
13192-5303
McDonald's
N/A
Electric
4/17/2023-7/21/2023
$37, 553.00
Micheal Gallucci 812-870-7511
Adam Gonzalez
Roy Aguilar
Backhoe, Boring Machine
BTCO
22-5887
Gordon Heights-4620 50th Street
N/A
BTCO
Municipal Sewer
5/9/2023-7/18/2023
$187,834.50
Chase Hill chill@r2meng.com
Nathaniel Ramirez/Colbey Hickox
Roy Aguilar
Backhoe, Loader, Excavator
2023-19
Dstineb3ugh 9 nisi il.ri.lubbock.tX. Li S
2023-23
V2gyyV.MW9gcrsCd9maii. O.rp
2023-25
m icheal . gal luccMObi a nch i electiri.c. com
chjllCc�r2rneng.corn
2023-26
Page 4of6
2023
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Collier
N/A
LCU Meter & Vault
Water
6/29/2023-8/8/2023
Josh Dickson
Randy Coffey
Roy Aguilar
Backhoe
Collier
451-002
XNO
Site Utilities
6/17/2023-9/7/2023
$38,834,96
$158,181.2 3
Scott Collier
Colbey Hickox
Roy Aguilar
Backhoe, Loader, Excavator
Texas Power Supplier, Inc
N/A
VA Run
Electric
5/31/2023 7/14/2023
jc;ri _.:-ollwr-,-.c,)m
KRIS g l rtx- m
2023-28
2023-32
2023-34
$60,202.00
$35,638,50
Ronnie Rendon 806-500-2508 txpowersuppliersOgmad.com
Randy Coffey
Roy Aguilar
Backhoe, Loader, Excavator
Texas The University
N/A
Holden Hall
Storm Drain
6/8/2023-7/11/2023
$29,153.50
$31,770,55
Rick Diaz 806-834-1027
Juan Acosta
Roy Aguilar
Backhoe, Loader, Excavator
2023-35
Page 5 of 6
2023
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion pates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Bo Simon
N/A
Toot n Totum
Bore
6/5/2023-7/31/2023
$27,384.62
Matt Stroever 610-360-7844
Adam Gonzalez
Roy Aguilar
Backhoe, Loader, Excavator
Texas Tech University
N/A
Waterline Replacement
Water
7/12/2023-9/15/2023
$301,461.01
$10,505.09
Rick Diaz 806-834-1027
Juan Acosta
Roy Aguilar
Backhoe, Loader, Excavator
FMGI
Wai- Mart- Lubbock
Wal-Mart
Water
7/19/2023-7/28/2023
$39,092.00
$14,953.50
Lisa Endert
Adam Gonzalez/Colbey Hickox
Roy Aguilar
Backhoe, Loader, Excavator
Earth Works
Hill Valley
Storm Drain
Not Started
$ 38, 000.00
Roy Aguilar
Backhoe, Loader, Excavator
2023-36
rn.strotyf..0�boe,immani- r.:orn
2023-37
2023-38
I isa_Endcrt@fmgi-inc,com
Page 6 of 6
2022
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Tahoka ISD
19-1995 2020-06
Tahoka HS Gym
n/a
Lee Lewis Construction, Inc.
Water, Sewer and U/G Fire Line
4/30/2020-2/18/2022
$162,370.00
$6,888.00
Neil Easter, Sr, Project Manager, 806 441 2009, neaster@leelewis.com
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
Hugo Reed
N/A
Hide Away Estates
Hugo Reed
Site Utilities
Started 5/7/2021-8/18/2022
$216,823.15
Greg Navert 806-763-5642 gnavert@hugoreed.com
Albert Moreno
Bryant Sebastian
Backhoe, Excavator, Loader
Sandia Construction, Inc.
3874220
LCISD New High School Ph 1/Pkg 1
Sandia Construction, Inc.
Water, Sewer, Strom Drain
Started 6/17/2021-On Going
$1,148,117.00
Michael Haverdink 806-745-9450 michael@sandiaconst.com
Charles Armstrong/Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
AMD/North Park Development
N/A
Auburn Street Extension
AMD/North Park Development
Water & Sewer
10/15/2021-3/16/2022
$189,145.50
Melanie Williamson 512-474-9100
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
2020-32
2021-16
2021-22
Page 1 of 8
K110A
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Thomas Automatic Fire Protection
LBB20210727095242
Pepsi Municipal Water Line & Underground Fire Line lead in
Thomas Automatic Fire Protection
Water
9/21/2021-4/6/2022
$133,250.00
Doug Thomas 806-234-3109
Bryant Sebastian
Backhoe, Excavator, Loader
Sandia Construction, Inc.
N/A
LCISD New High School Ph 1/Pkg 3
Sandia Construction, Inc.
Landscape & Drain
2/28/2022-On Going
$ 57, 940.00
Michael Haverdink
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
Western Builders
1015
TX Tech Academic Science Building #1
Western Builders
Site Utilities
12/13/2021-3/22/2022
$852,930.00
Colton Greenlee
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
Satterfield & Pontikes Construction, Inc
52950-331000
Oceans Behavioral Health Hospital
2021-23
rfnr c)rr-
Satterfield & Pontikes Construction, Inc.
Water/Sewer
10/8/2021-7/8/2022
$164,833.00
Carlos Hernandez (210) 572-4700
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
2021-28
mIchael ftsaridlaconst_com
2021-31
r,grecrileeCdwbamaritio,om
2021-26
chernandez`asatpon,com
Page 2 of 8
202?
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lee Lewis Construction
N/A
Hampton Farms Municipal Water
Lee Lewis Construction
Water
2/1/2022-2/1/2022
$38, 531.00
Carol Castillo
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
Appaloosa Development Company
21-5285
Old Key West Addition
N/A
RSM Engineering
Water & Sewer
4/1/2022-8/17/2022
$1,175,852.05
$11,811.00
]ere Hart
Roy Aguilar/Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
LP&L
222006
Thompson Substation N. Bore
N/A
LP&L
Electric
3/3/2022-3/7/2022
$25,808.46
Lee Roy Martinez 806-775 2695
Adam Gonzalez
Bryant Sebastian
Backhoe, Excavator, Loader
Meritage Hospitality Group
021864
Wendy's
Zernco
Water & Sewer
3/23/2022-4/11/2022
$65,890.00
316-775-9991
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
2022-04
Ca rolca ati Ilot)leelewis.com
jlidrtV Re Mena .corII
ay (o zerri co _ Co rrr
2022-05
2022-07
2022-10
Page 3 of 8
022
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Ste
Name of Project Mgr/Safety,'Q.,ality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety{Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
LP&L
114th & Slide
LP&L
Electric
3/21/2022-3/24/2022
222018
$33,927.00
Toby Warden
Adam Gonzalez
Bryant Sebastian
Backhoe, Excavator, Loader
City of Littlefield
Sewer Line
City of Littlefield
Sewer
4/18/2022-4/26/2022
$40,203.73
806-385-9202
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
TTU
1015
TX Tech Academic Science Building #1
Western Builders of Amarillo
Site Utilities
12/13/2021-3/22/2022
$852,930.00
Colton Greenlee
Adam Gonzalez/King Norris
Bryant Sebastian
Backhoe, Excavator, Loader
LP&L
RFP 7121-16-ELD
Downtown Redevelopment Bore
LP&L
Electric
6/18/2022-6/30/2022
$48,181.86
Leroy Martinez 806.775 2695
Adam Gonzalez
King Norris
Bore Machine, Backhoe, Loader
2022-15
TWdrden-t)maiI.ci.lubbuck.tx.uh>
2022-16
2021-31
careen lee(ro)wbamarillo. com
2022-21
It,marbnezLa-mail. ci.lubbock.tx. us
Page 4 of 8
2022
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
LP&L
RFP 7121-16 ELD
Thompson Substation -Bangor
LP&L
Bore
8/5/2022-8/29/2022
$47,714.74
Leroy Martinez 806 775-2695
Adam Gonzalez
King Norris
Bore Machine, Backhoe, Loader
City of Lubbock
N/A
Hide Away Estates #2
Hugo Reed and Associates, Inc.
Site Utilities
9/22/2022-On Going
$314,176.35
2022-28
Irmortinez;mail _ci.lijbbock, tx - r
Greg Navert 806 763 5642 gnavert@hugoreed.com
Roy Aguilar
Roy Aguilar
Backhoe, Excavator, Loader
TTU
TTU Academic Science Building Pkg. 3
Western Builders
Site Utilities
9/1/22-0n Going
Colton Greenlee
Adam Gonzalez
Roy Aguilar
Backhoe, Excavator, Loader
Lowe's
22-956
Lowe's Lumber Canopy Addition
Marco Contractor's Inc.
Site Utilities
10/18/22-11/23/22
Nathaniel Ramirez
Roy Aguilar
$108, 276.00
2022-31
2022-32
cgreenlce@wbam,irillo.com
2022-34
Page 5 of 8
2022
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Backhoe, Excavator, Loader
LP&L
Parking Lot South Plains Mall & Home Depot Runs 1, 2, 4
N/A
LP&L
Asphalt
9/22/22-11/3/22
$67,034.50
Leroy Martinez 806-775-2695
Adam Gonzalez/Randy Coffey
Roy Aguilar
Loader
Suvedi Construction Solutions
Milwaukee/Erskine Bores
N/A
Suvedi Construction Solutions
Bore
On Going
$60,973.76
Kiriti Suvedi 806-517-1319
Adam Gonzalez
Roy Aguilar
Loader
LP&L
RFP 7121-16-ELD
Downtown Redevelopment Bore
N/A
LP&L
Electric
6/18/2022-6/30/2022
$48,181.86
Leroy Martinez 806-775-2695
Adam Gonzalez
King Norris
Bore Machine, Backhoe, Loader
LP&L
RFP 7121-16 ELD
Thompson Substation -Bangor
N/A
LP&L
Bore
8/5/2022-8/29/2022
$47,714.74
Leroy Martinez 806-775-2695
Adam Gonzalez
King Norris
2022-36
Irma t!ri mail'&J . IV 40i; ,5.
kSuvedi hotrriail.ca(n
2022-37
2022-21
lrmortin z;pm!pil-o.-Iuobock,tx.0
2022-28
IrrndrtineZTPMill l.ci.lubbock-tx.0 ,
Page 6 of 8
2022
Type of Equipment Used
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Bore Machine, Backhoe, i oader
Bore Machine, Backhoe, Loader
LP&L
RFP 7121-16-ELD
South Plains Mall/Home Depot
LP&L
Paving
9/27/2022-2/13/2023
$35,319.50
Leroy Martinez 806-775-2695
Adam Gonzalez & Randy Coffey
Name of Project Mgr/Safety/Quality King Norris
Type of Equipment Used Backhoe, Loader
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
2022-36
Irrnar[i nez�,c_;m$tjl. ci,►ubbock.tx. us
LP&L
RFP 7121-16-ELD
South Plains Mall & Home Depot Parking Lot
LP&L
Asphalt Trench Run 3
9/27/2022-2/13/2023
$33,063.70
Leroy Martinez 806-775-2695
Adam Gonzalez & Randy Coffey
Roy Aguilar
Backhoe,Loader
2022-36
Irmortinc3zCc mail.ci.lubbock_i x.us
LP&L
RFP 7121-16-ELD
South Plains Mall & Home Depot Parking Lot
LP&L
Asphalt Trench Run 4
9/27/2022-2/13/2023
$35,450.70
Leroy Martinez 806-775-2695
Adam Gonzalez & Randy Coffey
Roy Aguilar
Backhoe, Loader
2022-36
Irmartinezgrnail.ci.lubbock.tx.u5
LP&L
RFP 7121-16-ELD
South Plains Mall & Home Depot Parking Lot
LP&L
Asphalt Trench Run 5
9/27/2022-2/13/2023
$49, 930.00
Leroy Martinez 806-775-2695
Adam Gonzalez & Randy Coffey
Roy Aguilar
2022-36
lrrriartiriez(arnarl_ca.lubback. tx. us
Page 7 of 8
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Qua!lty
Type of Equipment Used
2022
Backhoe, Loader
Delta
Lakeview Lots #
Delta
Site Utilities
1/3/2023
$276,472.40
George Castillo & Adam Nixon 806-701-570 AniKM@deltpl
Nathaniel Ramierz
Roy Aguilar
Backhoe, Loader, Excavator
2022-40
Page 8 of 8
2021
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Qua:.ty
Type of Equipment Used
Tahoka ISD
19-1995 2020-06
Tahoka HS Gym
n/ a
Lee Lewis Construction, Inc.
Water, Sewer and U/G Fire Line
4/30/2020-Ongoing
$162,370.00
$6,888.00
Neil Easter, Sr, Project Manager, 806-441-2009, neaster@leelewis.com
Charles Armstrong
Bryant Sebastian
Okland Construction
Job # 2051
Martillo (Amazon) Project
Okland Construction
Water & Sewer
12/ 15/2020-9/1/2021
$1, 612, 918.00
$213,715.00
Thomas Unga 801-486-0144 /Thomas.Unga@okland.com
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
City of Littlefield
AIA Doc A401 2017
Sewer Line
City of Littlefield
Sanitary Sewer
1/13/2021-2/2/2021
$85,390.00
Mitch Grant 806-385-9202/mgrant@ifdtx.city
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
Hugo Reed
N/A
Hide Away Estates
Hugo Reed
Water & Sewer
Started 5/7/2021-On Going
$216,823.15
Greg Navert 806-763-5642 gnavert@hugoreed.com
Albert Moreno
Bryant Sebastian
Backhoe, Excavator, Loader
2020-33
2021-01
2020-32
Page 1 of 5
2021
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
LP&L
221003
X-Fab Project
LP&L
Electric
2/15/21- 3/5/21
$49, 000.00
Leroy Martinez 806-775-2695 Irmartinez@mail.ci.lubbock.tx.us
Randy Coffey
Bryant Sebastian
Backhoe, Excavator, Loader
LP&L
221014
Amazon Warehouse
LP&L
Electric
3/4/2021-4/12/2021
$25,485.00
2021-04
2021-07
David Stinebaugh 806-775-2581 dstinebaugh@mail.ci.lubbock.tx.us
Randy Coffey
Bryant Sebastian
Backhoe, Excavator, Loader
LP&L 2021-09
3/220098
Lincoln 16 Phase 3
LP&L
Electric
4/9/2021-6/15/2021
$48,145.00
David Stinebaugh 806-775-2581 dstinebaugh@mail.ci.lubbock.tx.us
Randy Coffey
Bryant Sebastian
Backhoe, Excavator, Loader
Tommy Klein Construction
N/A
McAlister Dog Park
Tommy Klein Construction
Water & Sewer
Started 5/18/2021-6/25/2021
$139,096.00
Shad Hartman 806-252-1305/shartman@tkleinconst.com
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
2021-11
Page 2of5
2021
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Qua ty
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
LP&L
4/220097
Uptown West
LP&L
Electric
5/11/2021-6/14/2021
$36,683.00
2021-12
David Stinebaugh 806-775-2581 dstinebaugh@mail.ci.lubbock.tx.us
Randy Coffey
Bryant Sebastian
Backhoe, Excavator, Loader
Ag Services
N/A
Continental Dairy Bore
Ag Services
Boring
4/30/2021-5/10/2021
$50,800.00
Ken Jolliff 575-626-2192 ken@agservicsnm.com
Randy Coffey
Bryant Sebastian
Backhoe, Excavator, Loader
Sandia Construction, Inc.
3874220
LCISD New High School Ph 1/Pkg 1
Sandia Construction, Inc.
Water, Sewer, Strom Drain
Started 6/17/2021-On Going
$1,148,117.00
Michael Haverdink 806-745-9450 michael@sandiaconst.com
Charles Armstrong/Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
CKP Construction
21.39555.01
McDonald's 50th & Milwaukee
CKP Construction
Water & Sewer
Started 6/28/2021-7/19/2021
$112,939.00
Tom Barbour 806-420-0696
Albert Moreno
Bryant Sebastian
Backhoe, Excavator, Loader
2021-13
2021-16
2021-18
Page 3 of 5
2021
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
AMD/North Park Development
N/A
Auburn Street Extension
AMD/North Park Development
Water & Sewer
Started 10/15/2021-3/16/2022
$189,145.50
Melanie Williamson 512-474-9100
Charles Armstrong
Bryant Sebast'an
Backhoe, Excavator, Loader
Thomas Automatic Fire Protection
LBB20210727095242
Pepsi Municipal Water Line & Underground Fire Line lead in
Thomas Automatic Fire Protection
Water
9/21/21-4/6/2022
$133,250.00
Doug Thomas 806-234-3109
Randy Coffey
Bryant Sebastian
Backhoe, Excavator, Loader
LP&L
RFP 7121-16-ELD
Mall Job
LP&L
Electric
10/7/2021-10/22/21
$49,472.00
Leroy Martinez 806-775-2695
Randy Coffey
Bryant Sebastian
Backhoe, Excavator, Loader
Satterfield & Pontikes Construction, Inc
52950-331000
Oceans Behavioral Health Hospital
2021-22
2021-23
daugthamasfo(n)ydfiuo_cgrn
Satterfield & Pontikes Construction, Inc.
Water & Sewer
Started 10/8/2021-7/8/2022
$164,833.00
2021-25
IrmartineZi*marl.cw.lubt*Ck.tx.us
2021-26
Carlos Hernandez (210) 572-4700 chernandez(a)satnon.com
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
Page 4 of 5
2021
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Sandia Construction, Inc.
N/A
LCISD New High School Ph 1/Pkg 3
Sandia Construction, Inc_
Landscape & Drain
2/28/2022-On Going
$ 57, 940.00
Michael Haverdink
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
Western Builders
1015
TX Tech Academic Science Building #1
Western Builders
Site Utilities
12/13/21-3/22/2022
$852,930.00
Colton Greenlee
Adam Gonzalez/King Norris
Bryant Sebastian
Backhoe, Excavator, Loader
LP&L
221074/PDHQ
Police Dept. Headquarters
LP&L
Electric
12/10/21- 12/21/2021
$41,687.11
Jarrod Huse - 806-775-2558
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
2021-28
nichaelpgionjigrtrl7,5xt&Q 1
2021-31
careen) eeOwbamari llo. com
2021-29
Page 5 of 5
2020
Agency/Owner
City of Lubbock
Contract #
713918 2018-58
Name & Location of Project
Slide Road and Erskine Avenue Bore
Surety Company
Arthur J. Gallegher
Sub or Prime Contractor
LP&L
Goods/Services Provided
Bore
Start & Completion Dates
10/25/18 to 1/27/20
Contract Amount
$496,713.00
Change Orders
$41,895.10
Contact Name/Telephone #
Lee Roy Martinez, Irmartinez@lpand Isom, 806-789-5602
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Boring Machine, Ditcher, Vactron, Backhoe, Dump Truck
Agency/Owner
Lubbock Cooper Independent School District
Contract #
n/a 2019-08
Name & Location of Project
LCISD New Middle School
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction
Goods/Services Provided
2018 Bond Improvements
Start & Completion Dates
3/11/19 to 7/22/20
Contract Amount
$9,850.00
Change Orders
$251,524.00
Contact Name/Telephone #
Michael Haverdink, michael@sandia.com, (806) 745-9450
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Excavator, Water Truck
Agency/Owner
Westwind Realty, LP
Contract #
2018009.31B 2019-41
Name & Location of Project
Grace Site Utilities
Surety Company
n/a
Sub or Prime Contractor
Skiles Group
Goods/Services Provided
Domestic Water, Gas, Sanitary Sewer
Start & Completion Dates
5/29/19 to 1/23/20
Contract Amount
$406,881.00
Change Orders
$32,039.37
Contact Name/Telephone #
Nathan Wilke, PM, 972-644-2444, nwilke@skilesgroup.com
Names of Supervisor on Job Site
Charles Armstrong
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lubbock Cooper Independent School System
n/a
LCISD South Middle School, Pkg 3
n/a
Sandia Construction
Site Utilities
7/30/19 4/23/2020
$62, 760.00
$ 5, 688.00
$5,473.48
David Gonzales, david@sandiaconst.com, 806-441 3996
Shane Hickman
Bryant Sebastian
Backhoe, Excavator, Ditcher, Loader, Dump Truck
2019-46
Page 1 of 7
2020
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Change Orders
Contact Name/Telephone #
Names of Supervisor on Jab Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
City of Lubbock
219111
Northwest Substation
n/a
Lubbock Power & Light
Electric
9/23/19 to 1/3/2020
$46,221.20
$0.00
Tim Stice
Shane Hickman
Bryant Sebastian
Backhoe, Trencher, Water Truck, Excavator
City of Lubbock, Lubbock Power & Light
714319
Spur 327 and Milwaukee Avenue Bore
Arthur J. Gallagher Risk Management Services, Inc.
Lubbock Power and Light
Bore
10/23/19 to 4/15/2020
$1, 000, 45 5.30
$3,405.00
LeeRoy Martinez, Irmartinez@Ipandl.com
Shane Hickman
Bryant Sebastian
2019-61
2019-64
Boring Machine, Backhoe, Trencher, Water Truck, Excavator
Wolfforth Land Co./Iron Horse LLC
N/A
Iron Horse Addition, Municipal
2019-68
Wolfforth Land Co./Iron Horse LLC
Utility Improvements
11/11/19-10/21/2020
$820,351.50
$64,911.12
$22,311.82
Robert Holmes, robert@hhhfundi.com,
David Quigley
Bryant Sebastian
Boring Machine, Backhoe, Trencher, Water Truck, Excavator
Wolfforth Land Co./Iron Horse LLC
N/A 2019-75
Iron Horse Addition, Storm Sewer
Wolfforth Land Co./Iron Horse LLC
Storm Sewer
12/19/19-10/20/2020
$544,857.10
Robert Holmes, robert@hhhfundi.com,
David Quigley and Charles Armstrong
Billy Copeland
Boring Machine, Backhoe, Trencher, Water Truck, Excavator
Page 2 of 7
2020
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Qualty
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Tahoka ISD
19-1995
Tahoka HS Gym
n/a
Lee Lewis Construction, Inc.
Water, Sewer and U/G Fire Line
4/30/2020 On Going
$162,370-00
$6, 888.00
Neil Easter, Sr, Project Marager, 806-441
Bryant Sebastian
City of Lubbock, Lubbock Power & Light
711620
Downtown Construction, Phase I
Arthur 1. Gallegher
Lubbock Power & Light
Overhead to Underground Services
4/9/20 - 12/23/2020
$1,484, 580.04
2020-06
2009, neaster@leelewis.com
LeeRoy Martinez, Irmartinez@lpandl.com
Mike Williams
Bryant Sebastian
Vactron, Backhoe, Excavator, Loaderand Dump Truck
Enviro Tech, Levelland
N/A
Enviro Tech, Levelland
n/a
Lamb County Electric Co-op
Electric
3/2/2020 to 3/12/2020
$44,314.00
$0.00
Brad Black
Joe Tansey
Bryant Sebastian
Backhoe, Excavator, Loader
City of Wolfforth
N/A
Iron Horse Well Collection
n/a
City of Wolfforth
Well Collection Line
3/31/2020 to 6/13/2020
$46,374.00
$1,350.00
Jared Wesley, jwesley@wolfforthtx.us, 806-855-4124
Albert Moreno/David Quigley
Bryant Sebastian
Backhoe, Excavator, Loader
2020-07
2020-08
2020-09
Page 3 of 7
f►0d►> V
Agency/Owner
Downing
Contract #
N/A 2020-14
Name & Location of Project
Corteva Lubbock GD Building
Surety Company
n/a
Sub or Prime Contractor
Deerwood Construction, Inc.
Goods/Services Provided
Site Utility Work
Start & Completion Dates
4/22/2020-8/3/2020
Contract Amount
$121,170.00
Change Orders
$5,305.00
Contact Name/Telephone #
Mike Hoover, 515-442-0615, mikeh@downingconstruct.com
Names of Supervisor on Job Site
Albert Moreno
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Loader, Excavator
Agency/Owner
Lubbock Cooper ISD
Contract #
#2006BID 2020-18
Name & Location of Project
LCISD AG Facilities Expansion, Project B
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
6/2212020-9/16/2020
Contract Amount
$159,269.00
Change Orders
Contact Name/Telephone #
Lance Landusky, lance@sandiaconst.com, 806-445-3802
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Loader, Excavator
Agency/Owner
Lubbock Cooper ISD
Contract #
N/A 2020-15
Name & Location of Project
LCISD New Bus Maintenance/Transportation Facility, Project A
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
6/15/2020-11/2/2020
Contract Amount
$349,660.00
Change Orders
Contact Name/Telephone #
Lance Landusky, lance@sandiaconst.com, 806-445-3802
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
USDA
AA-2038
USDA Lubbock Cotton Classing Lab
Lee Lewis Construction, Inc.
Site Utilities
6/19/20-11/13/20
$570,899.00
Amy Bollinger/797-8400
Lee Lewis Construction, Inc.
Bryant Sebastian
Backhoe, Excavator, Loader
2020-17
Page 4 of 7
2020
Agency/Owner
Graco Real Estate Development, Inc.
Contract #
AA-2037
Name & Location of Project
Starbucks - Civil, 11805 Quaker Avenue, Lubbock
Surety Company
Sub or Prime Contractor
LLCI
Goods/Services Provided
Site Utilities
Start & Completion Dates
7/20/2020-11/16/2020
Contract Amount
$244,255.00
Change Orders
$18,893.00
Contact Name/Telephone #
David Clower/797-8400
Names of Supervisor on Job Site
Lee Lewis Construction, Inc
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader
Agency/Owner
Fastenal
Contract #
N/A
Name & Location of Project
Fastenal 50th & Ivory Lubbock, TX
Surety Company
Sub or Prime Contractor
Anchor Construction
Goods/Services Provided
Site Utilities
Start & Completion Dates
7/23/2020-11/23/2020
Contract Amount
$82,959.50
Change Orders
$6,597
Contact Name/Telephone #
Josh Jacka, jjacka@anchorconstruction.com
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Vactron, Backhoe, Loader
Agency/Owner
Wolfforth Land Co.
Contract #
N/A
Name & Location of Project
Windsor at Preston Manor
Surety Company
Sub or Prime Contractor
Wolfforth Land Co.
Goods/Services Provided
Site Utilities
Start & Completion Dates
9/10/2020-10/23/2020
Contract Amount
$163,450.00
Change Orders
$3,183.00
Contact Name/Telephone #
Robert Holmes, robert@hhhfundi.com,
Names of Supervisor on Job Site
Roy Aguilar
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader
Agency/Owner
Hoar Construction
Contract #
4475.001
Name & Location of Project
South Plains Rehab Addition
Surety Company
Sub or Prime Contractor
Hoar Construction
Goods/Services Provided
Site Utilities
Start & Completion Dates
10/23/20-11/19/2020
Contract Amount
$126,705.00
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader
2020-19
2020-21
2020-23
2020-24
Page 5 of 7
2020
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job S to
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Pharr & Company
N/A
Ropesville Water Line Extension
Pharr & Company
Site Utilities
10/5/2020-12/21/2020
$53,290.00
$918.70
Albert Moreno
Bryant Sebastian
Backhoe, Excavator, Loader
Lubbock Power & Light
N/A
Sub -Feeders
Lubbock Power & Light
10/29/2020-11/ 18/2020
$49,979.00
Austin Board/aboard@mail.ci.lubbock.txus
Albert Moreno
Bryant Sebastian
Backhoe, Excavator, Loader, Dump Truck
City of Post
N/A
Water Line 14th Street
City of Post
Water
11/16/2020-12/3/2020
$46,760, 00
Mike Colvin 806-495-2811 City of Post
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader
Collier Construction
N/A
Christ in Action
Collier Construction
Site Utilities
11/19/2020-12/10/2020
$26,075.00
$1,476.90
Albert Moreno
Bryant Sebastian
Backhoe, Loader
2020-25
2020-26
2020-27
2020-29
Page 6 of 7
2020
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Hugo Reed
N/A
C. D. Elliston
Hugo Reed
Site Utilities
09/ 15/2020-10/23/2020
$ 87, 947.20
Name of Project Mgr/Safety/Quality Bryant Sebastian
Type of Equipment Used Backhoe, Excavator, Loader
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Hugo Reed
N/A
Hide Away Estates
Water & Sewer
Started 5/7/2021-On Going
$216,823.15
Greg Navert 806-763-5642 gnavert@hugoreed.com
Albert Moreno
Bryant Sebastian
Backhoe, Excavator, Loader
Okland Construction
lob # 2051
Martillo (Amazon) Project
Okland Construction
Water & Sewer
12/15/2020 9/1/2021
$1,612,918.00
$213,715.00
Thomas Unga 801-486-0144 /Thomas.Unga@okland.com
Roy Aguilar
Bryant Sebastian
Backhoe, Excavator, Loader
City of Lubbock
713918
Slide Road and Erskine Avenue Bore
Arthur 3. Gallegher
LP&L
Bore
10/25/18 to 1/27/20
2020-31
2020-32
2020-33
2018-58
$496, 713.00
$41,895.10
Lee Roy Martinez, Irmartinez@lpand Isom, 806-789-5602
Rene Hernandez
Bryant Sebastian
Boring Machine, Ditcher, Vactron, Backhoe, Dump Truck
Page 7 of 7
2019
Agency/Owner
Wolfforth Land Co./Iron Horse LLC
Contract #
2019-68
Name & Location of Project
Iron Horse Addition, Municipal
Surety Company
Sub or Prime Contractor
Wolfforth Land Co./Iron Horse LLC
Goods/Services Provided
Utility Improvements
Start & Completion Dates
11/11/19-10/21/2020
Contract Amount
$820,351.50
Change Orders
$64,911.12
Change Orders
$22,311.82
Contact Name/Telephone #
Robert Holmes, robert@hhhfundi.com,
Names of Supervisor on Job Site
David Quigley
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Boring Machine, Backhoe, Trencher, Water Truck, Excavator
Agency/Owner City of Lubbock, Lubbock Power & Light
Contract # 714319 2019-64
Name & Location of Project Spur 327 and Milwaukee Avenue Bore
Surety Company Arthur J. Gallagher Risk Management Services, Inc.
Sub or Prime Contractor Lubbock Power and Light
Goods/Services Provided Bore
Start & Completion Dates 10/23/19-4/15/2020
Contract Amount $1,000,455.30
Change Orders $3,405.00
Contact Name/Telephone # LeeRoy Martinez, Irmartinez@lpandl.com
Names of Supervisor on Job Site Shane Hickman
Name of Project Mgr/Safety/Quality Bryant Sebastian
Type of Equipment Used Boring Machine, Backhoe, Trencher, Water Truck, Excavator
Agency/Owner
City of Lubbock 2018-77
Contract #
n/a
Name & Location of Project
Sewer Line Replacement at 3rd Street from Ave S to Waco Ave
Surety Company
Arthur ] Gallagher
Sub or Prime Contractor
City of Lubbock
Goods/Services Provided
Sewer Line Replacement
Start & Completion Dates
1/2/19 to 8/29/19
Contract Amount
$506,734.85
Change Orders
$3,765.00
Contact Name/Telephone #
Zoltan Fekete, zfekete@mylubbock.us, 806-775-3150
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader, Dump Truck, Excavator
Agency/Owner
City of Wolfforth 2018-67
Contract #
n/a
Name & Location of Project
Frenship Park Utilitiy Extension
Surety Company
Arthur J Gallagher
Sub or Prime Contractor
City of Wolfforth
Goods/Services Provided
Site Utilities
Start & Completion Dates
9/13/18 to 1/10/19
Contract Amount
$90,445.56
Change Orders
$7,660.00
Contact Name/Telephone #
Tanner Lansford, tanner.lansfordicboJdengineering.com, 806-791-2300
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Loader, Excavator
Page 1 of 8
2019
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
J L Stephens Corp
17100
SPEC Building Materials Office/Warehouse
n/a
Concrete Asphalt Paving (C.A.P.) Inc.
Site Utilities
5/2/18 to 3/25/19
$42,615.00
$19, 334.63
Fernando Torres, fernando@capdfw.net, 972-869-3041
Jayson Norby
Bryant Sebastian
Backhoe, Water Wagon, Boring Machine
Texas Tech University
16053 034
TTU Experimental Science Building II 16053, 4B-2
n/a
Flintco
Storm Drainage Utilities
1/8/19 to 9/27/19
$97,800,00
$228,441.00
John Bonner, jbonner@fiintco.com, 918-232-5836
Charles Armstrong
Bryant Sebastian
Backhoe, Mini Excavator, Dump Truck, Loader
Health South
n/a
Health South Plains Rehab
n/a
HOAR Construction
Site Utilities
3/ 19/ 18 to 4/9/ 19
2018-01
2017-05
$41,607.00
$167,604.00
Ben Carmichael, bcarmichael@HOAR.com, 205-423-2315
Shane Hickman
Bryant Sebastian
Water Wagon, Backhoe, Excavator, Dump Truck
2018-15
City of Lubbock 2018-58
713918
Slide Road and Erskine Avenue Bore
Arthur J. Gailegher
LP&L
Bore
10/25/18 to 1/27/20
$496, 713.00
$ 41,895.10
Lee Roy Martinez, Irmartinez@lpand Isom, 806-789-5602
Rene Hernandez
Bryant Sebastian
Boring Machine, Ditcher, Vactron, Backhoe, Dump Truck
Page 2 of 8
2019
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
City of Lubbock 2018-79
n/a
LP&L Red Raider Substation Duct Bank
n/a
Brandt Industrial
Bore
2/12/19 to 10/25/19
$322,565.00
$0.00
Haley Joy, Project Manager, (972) 395-6339, haley.joy@brandt-industrial.com
Rene Hernandez
Bryant Sebastian
Backhoe, Excavator, Loader, Dump Truck, Excavator
City of Lubbock
19-7018-ELD
Hydrovac Excavation Services - Various Locations
n/a
Lubbock Power and Light
Hydrovac
12/28/18 to 2/11/19
$29,800.00
Felix Orta, 806-775-3829, forta@lpandl.com
Johnny Matheny
Bryant Sebastian
Sterling Vactron, Backhoe, Dump Truck
Texas Tech University Health Sciences Center
269601-001
TTUHSC 12" Sanitary Sewer Line
n/a
Vaughn Construction
12" Sanitary Sewer
2/19/19to 11/6/19
2018-90
2019-03
$ 507,940.00
$26,931.00
Kelly Dennard, kdennard@vaughnconstruction.com, 806-368-3497
Mike Cardenas
Bryant Sebastian
Loader, Backhoe, Excavator
Pagosa Partners, LTD
1752-02600 2017
West End Phase III
n/a
Lee Lewis Construction, Inc.
Sanitary Sewer, Fire Line, Municipal Water, Private Water
9/5/17 to 2/18/19
$164,459.00
$4,405,00
Brandon Mitchell, bmitchell@leelewis.com, 806-797-8400
Jayson Norby
Bryant Sebastian
Backhoe, Trencher
Page 3 of 8
2019
Agency/Owner
Lubbock International Airport 2018-36
Contract #
1782
Name & Location of Project
LIA CONRAC
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
6/6/18 to 8/21/19
Contract Amount
$301,009.00
Change Orders
$9,713.00
Contact Name/Telephone #
David Clower, 806-797-8400, dclower@leelewis.com
Names of Supervisor on Job Site
Shane Hickman, ]ayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Vactron, Dump Truck, Excavator
Agency/Owner
City of Muleshoe 2017
Contract #
01.2896.16
Name & Location of Project
City of Muleshoe, Sanitary Sewer Improvements, Lift Station Replacement
Surety Company
A I Gallegher
Sub or Prime Contractor
City of Muleshoe, c/o Parkhill, Smith & Cooper
Goods/Services Provided
Sanitary Sewer, Lift Station
Start & Completion Dates
12/5/17 to 7/3/19
Contract Amount
$278,571.00
Change Orders
$53,295.81
Contact Name/Telephone #
Kristian Gonzales, kgonzales@team-psc.com, (806-473-2200)
Names of Supervisor on Job Site
Shane Hickman, Rene Hernandez, Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
Lubbock Cooper Independent School District
Contract #
n/a 2019-08
Name & Location of Project
LCISD New Middle School
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction
Goods/Services Provided
2018 Bond Improvements
Start & Completion Dates
3/11/19 to 7/22/20
Contract Amount
$9,850.00
Change Orders
$251,524,00
Contact Name/Telephone #
Michael Haverdink, michael@sandia.com, (806) 745-9450
Names of Supery sor on Job Site
Shane Hickman
Name of Project Mgr/SafetyiQuality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Excavator, Water Truck
Agency/Owner
TTU Health Sciences Center
Contract #
n/a 2018-SS
Name & Location of Project
TTUHSC Academic Event Center
Surety Company
A ] Gallagher
Sub or Prime Contractor
Hill & Wilkinson
Goods/Services Provided
Water, Sewer and Underground Fire Line
Start & Completion Dates
11/12/18 to 9/30/19
Contract Amount
$92,646.00
Change Orders
$3,482.00
Contact Name/Telephone #
Danny Elmore, delmorePhill-wilkinson.com, 806.451.1996 or 806.698.4287
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe, Dump Truck, Excavator
Page 4 of 8
2019
Agency/Owner
Texas Department of Transportation
Contract #
9692 2019-24
Name & Location of Project
Water Distribution Lines Replacement, Lubbock Headquarters
Surety Company
Merchants Bonding Company, A J Gallagher
Sub or Prime Contractor
TX DOT PO#601CT0000021280
Goods/Services Provided
Water
Start & Completion Dates
8/6/19 to 12/16/19
Contract Amount
$394,000.00
Change Orders
Contact Name/Telephone #
Greg Reynolds, greg.reynolds:KP.txdot.gov, 806-477-0655
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe, Dump Truck, Excavator
Agency/Owner
Lubbock Power and Light
Contract #
n/a 2019-30
Name & Location of Project
McDonald Substation
Surety Company
n/a
Sub or Prime Contractor
Brandt Industrial
Goods/Services Provided
Electric
Start & Completion Dates
4/29/19 to 8/22/19
Contract Amount
$144,209.00
Change Orders
$0.00
Contact Name/Telephone #
Haley Joy, haley.joy@brandt.us, 214.601.6018
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Boring Machine, Loader, Dump Truck, Water Truck
Agency/Owner
Westwind Realty, LP
Contract #
2018009.318 2019-41
Name & Location of Project
Grace Site Utilities
Surety Company
n/a
Sub or Prime Contractor
Skiles Group
Goods/Services Provided
Domestic Water, Gas, Sanitary Sewer
Start & Completion Dates
5/29/2019 tol l/19/2020
Contract Amount
$406,881.00
Change Orders
$32,039.37
Change Orders
$49,339.13
Contact Name/Telephone #
Nathan Wilke, PM, 972-644-2444, nwilke@skilesgroup.com
Names of Supervisor on Job Site
Charles Armstrong
Name of Project Mgr/SafetylQuality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lubbock Cooper Independent School System
n/a
LCISD South Middle School, Pkg 3
n/a
Sandia Construction
Site Utilities
7/30/19-12/29/2020
$ 62, 760.00
$ 5,688, 00
$5,473.48
David Gonzales, david@sandiaconst.com, 806-441-3996
Shane Hickman
Bryant Sebastian
Backhoe, Excavator, Ditcher, Loader, Dump Truck
2019-46
Page 5 of 8
2019
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Westwind Realty, LP
2018009.31B
Covenant Municipal Utilities
n/a
Skiles Group
Domestic Water, Gas, Sanitary Sewer
6/10/19to 10/24/19
$433,216.00
2019-43
Nathan Wilke, PM, 972-644-2444, nwilke@skilesgroup.com
Charles Armstrong
Bryant Sebastian
Backhoe, Excavator, Loader, Trackhoe, Trencher
Americot, Inc. 2018-13
1803-02600
Americot Office Building
n/a
Lee Lewis Construction, Inc.
Site Utilities
4/24/ 18 to 6/6/ 19
$110, 374.00
$12,794.00
Brandon Mitchell, bmitchell@leelewis.com, 806-928-8903
Von Kimbrell
Bryant Sebastian
Backhoe, Water Wagon, Excavator, Dump Truck
Texas Tech University
n/a
TTU Credit Union - Main Branch
n/a
DBSI, Inc.
Site Utilities
7/5/18 to 7/30/19
$70,553.00
$2,720.23
Jesse Hamilton, jhamilton@dbsi-inc.com, 602-264-7263
Shane Hickman
Bryant Sebastian
Backhoe, Excavator, Dump Truck
Texas Department of Transportation - Project Cancelled
Dickens County Maintenance Facility
Merchants Bonding Company, A J Gallagher
TX DOT
Drainage Improvements
Awarded, not started
$719,821.00
Greg Reynolds, greg.reynolds@txdot.gov, 806-477 0655
Bryant Sebastian
2018-37
2019-57
Page 6 of 8
2019
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
City of Lubbock, Lubbock Power & Light
219006
701 Avenue J, Lubbock Avalanche 3ournal
n/a
Lubbock Power & Light
Trench & Install Conduit
10/8/19 to 11/5/19
$25,751.25
2019-63
Austin Board, ABoard@mail.ci.lubbock.tx.us, O (806) 775-2503, C (806) 778-3069
David Quigley
Bryant Sebastian
Backhoe, Excavator, Dump Truck
City of Lubbock, Lubbock Power and Light
219083 2019-17
10209 N. Fir, W L Plastics
n/a
Lubbock Power and Light
Bore
10/24/19- 11/11/19
$39, 018.50
$0.00
Lee Roy Martinez, Irmartinez@lpandl.com, 806-789-5602
David Quigley
Bryant Sebastian
Boring Machine, Vactron, Backhoe, Water Truck
City of Post
n/a 2019-65
Hwy 84 and CR 399
n/a
City of Post
Water Leak
10/ 15/ 19 to 10/21/ 19
$28,663.30
$0.00
Mike Colvin, mcolvin@postgarza.net
Rene Hernandez
Bryant Sebastian
Boring machine, backhoe, trancher, water truck
City of Lubbock 2019-61
219111
Northwest Substation
n/a
Lubbock Power & Light
Electric
9/23/19 to 1/3/2020
$46,221.20
$0.00
Tim Stice
Shane Hickman
Bryant Sebastian
Backhoe, Trencher,
Water Truck, Excavator
Page 7 of 8
2019
Agency/Owner
Wolfforth Land Co./Iron Horse LLC
Contract #
n/a 2019-75
Name & Location of Project
Iron Horse Addition, Storm Sewer
Surety Company
Sub or Prime Contractor
Wolfforth Land Co./Iron Horse LLC
Goods/Services Provided
Storm Sewer
Start & Completion Dates
12/19/19-10/20/2020
Contract Amount
$544,857.10
Change Orders
Contact Name/Telephone #
Robert Holmes, robert@hhhfundi.com,
Names of Supervisor on Job Site
David Quigley and Charles Armstrong
Name of Project Mgr/Safety/Quality
Billy Copeland
Type of Equipment Used
Boring Machine, Backhoe, Trencher, Water Truck, Excavator
Page 8 of 8
2018
Agency/Owner
Lamesa Independent School District
Contract #
#14-018
Name & Location of Project
Lamesa ISD High School Phase 2 Package 2
Surety Company
n/a
Sub or Prime Contractor
Pharr & Company
Goods/Services Provided
Sanitary Sewer
Start & Completion Dates
6/8/15 to 1/11/18
Contract Amount
$224,884.00
Change Orders
$10,900.00
Contact Name/Telephone #
Kenneth Barthold, kbarthold@pharrco.com, (806) 763-5263
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher
Agency/Owner
Texas Tech University
Contract #
n/a
Name & Location of Project
TTU Sports Performance Complex
Surety Company
n/a
Sub or Prime Contractor
Flintco
Goods/Services Provided
Site Utilities
Start & Completion Dates
6/30/16 to 1/11/18
Contract Amount
$964,565.00
Change Orders
$350,848.76
Contact Name/Telephone #
Matt Dobson, mdobson@flintco.com, 505-262-1888
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Water Wagon
Agency/Owner
Texas Tech University
Contract #
Package #330000
Name & Location of Project
Texas Tech University, Experimental Science Building II
Surety Company
n/a
Sub or Prime Contractor
Flintco
Goods/Services Provided
Site Utilities
Start & Completion Dates
3/6/17 to 7/25/18
Contract Amount
$399,263.00
Change Orders
$71,793.00
Contact Name/Telephone #
John Bonner, Project Manager, jbonner@flintco.com, 918-232-5836
Names of Supervisor on Job Site
Bryant Sebastian
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Water Wagon
Agency/Owner
City of Lubbock
Contract #
n/a
Name & Location of Project
Downtown Redevelopment III, Phases 1-3
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electrical
Start & Completion Dates
5/15/17 to 2/8/18
Contract Amount
$80,207.25
Change Orders
$0.00
Contact Name/Telephone #
Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806)775-2572
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Page 1 of 11
Kelt-I
Agency/Owner
Continental Dairies
Contract #
n/a
Name & Location of Project
Continental Dairies
Surety Company
n/a
Sub or Prime Contractor
Lamb County Electric Coop
Goods/Services Provided
Conduit Installation
Start & Completion Dates
8/1/17 to 7/10/18
Contract Amount
$137,809.00
Change Orders
$19,470.00
Contact Name/Telephone #
Don Trotter, dtrotter@Icec.com, 806-385-5191
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
Tahoka ISD
Contract #
LLCI Project Number 1700
Name & Location of Project
Tahoka ISD Additions & Renovations
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Water, Fireline and Sanitary Sewer
Start & Completion Dates
8/5/17 to 11/5/18
Contract Amount
$82,812.00
Change Orders
$0.00
Contact Name/Telephone #
Neil Easter, Sr. Project Manager, neaster@leelewis.com (806) 797-8400
Names of Supervisor on lob Site
Shane Hickman, Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Ditcher
Agency/Owner
Pagosa Partners, LTD
Contract #
1752-02600
Name & Location of Project
West End Phase III
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Sanitary Sewer, Fire Line, Municipal Water, Private Water
Start & Completion Dates
9/5/17 to 2/18/19
Contract Amount
$164,459,00
Change Orders
$4,405.00
Contact Name/Telephone #
Brandon Mitchell, bmitchell@leelewis.com, 806-797-8400
Names of Supervisor on Job Site
]ayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher
Agency/Owner
City of Sudan
Contract #
TxCDBG Project #7216439
Name & Location of Project
City of Sudan - Water Line Construction
Surety Company
Arthur J. Gallagher & Co
Sub or Prime Contractor
]ones Engineering
Goods/Services Provided
Water Line
Start & Completion Dates
11/3/17 to 1/11/18
Contract Amount
$112,285.50
Change Orders
$3,300.00
Contact Name/Telephone #
Adam Valenzuela, 806-368-6375, adam@sitecivil.com
Names of Supervisor on Job Site
Von Kimbrell, Ralph Renteria
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, backhoe, water wagon
Page 2 of 11
2018
Agency/Owner
Lubbock Cooper Independent School District
Contract #
n/a
Name & Location of Project
Lubbock Cooper ISD South Elementary Addition and Renovation
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
11/7/17 to 12/27/2018
Contract Amount
$42,554.00
Change Orders
$19,807.77
Contact Name/Telephone #
Michael Haverdink, michael@sandia.com, (806) 745-9450
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Water Wagon
Agency/Owner
CVS Pharmacies
Contract #
n/a
Name & Location of Project
CVS - 82nd and Indiana
Surety Company
n/a
Sub or Prime Contractor
Helker Crawford
Goods/Services Provided
Municipal water, Underground fire lines, Sanitary Sewer, Gas & Electric
Start & Completion Dates
11/14/17 to 6/8/18
Contract Amount
$109,600.00
Change Orders
$0.00
Contact Name/Telephone #
Tom Robertson, tobertson@helkercrawford.com, 214-222-0063 or 940-367-2915
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
City of Muleshoe
Contract #
01.2896.16
Name & Location of Project
City of Muleshoe, Sanitary Sewer Improvements, Lift Station Replacement
Surety Company
A J Gallegher
Sub or Prime Contractor
City of Muleshoe, c/o Parkhill, Smith & Cooper
Goods/Services Provided
Sanitary Sewer, Lift Station
Start & Completion Dates
12/5/17 to 7/3/19
Contract Amount
$278,571.00
Change Orders
$53,295.81
Contact Name/Telephone #
Kristian Gonzales, kgonzales@team-psc.com, (806-473-2200)
Names of Supervisor on Job Site
Shane Hickman, Rene Hernandez, Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
City of Plainview, Texas
Contract #
2017
Name & Location of Project
Milwee Lift Station
Surety Company
Arthur 1. Gallagher Risk Management Services, Inc.
Sub or Prime Contractor
City of Plainview, Texas
Goods/Services Provided
Gravity Sanitary Sewer Line
Start & Completion Dates
Sub -Contract to UCA
Contract Amount
$886,854.72
Change Orders
-$47,873.00
Contact !Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Page 3 of 11
2018
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
City of Lubbock 2017-03
n/a
Overton Water Line Replacement
Arthur J. Gallegher
City of Lubbock
Water Line Replacement
1/15/18 to 5/24/18
$314,765.25
-$8,368.65
Adam Nixon, anixon@mylubbock,us, (806) 775-2344
Rene Hernandez, Shane Hickman, Von Kimbrell
Bryant Sebastian
Backhoe, Vactron, Dump Truck, Boring Machine
City of Lubbock 2017-04
n/a
United Supermarkers Tract A Sewer Line Replacement
Arthur 3. Gallegher
City of Lubbock
Sewer Line Replacement
3/5/18 to 5/14/18
$119, 505.00
$17,095.25
Adam Nixon, anixon@mylubbock.us, (806) 775-2344
Von Kimbrell, Rene Hernandez
Bryant Sebastian
Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper
Texas Tech University
16053-034 2017-05
TTU Experimental Science Building II - 16053, 4B-2
n/a
Flintco
Storm Drainage Utilities
Awarded in 2017 - project did not start until 2019
$97, 800.00
$228,441.00
John Bonner, jbonner@flintco.com, 918-232-5836
Charles Armstrong
Bryant Sebastian
Backhoe, Mini Excavator, Dump Truck, Loader
King Street Pub
n/a
King Street Pub - 4" Fireline
n/a
King Street Pub
Install underground Fire Line
5/5/18 - 5/30/18
`Zr7>fII�Z�
Awarded in 2017, started in 2018
$31,764.88
$0.00
Sally Good, honeysock@gmail.com, 806-993-1010
Jayson Norby, Shane Hickman
Bryant Sebastian
Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper
Page 4 of 11
2018
Agency/Owner
J L Stephens Corp 2018-01
Contract #
17100
Name & Location of Project
SPEC Building Materials Office/Warehouse
Surety Company
n/a
Sub or Prime Contractor
Concrete Asphalt Paving (C.A.P.) Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
5/2/18 to 3/25/19
Contract Amount
$42,615.00
Change Orders
$19,334.63
Contact Name/Telephone #
Fernando Torres, fernando@capdfw.net, 972-869-3041
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Water Wagon, Boring Machine
Agency/Owner
City of Lubbock 2018-05
Contract #
IEC409-076
Name & Location of Project
Chalker Substation
Surety Company
Arthur J. Gallagher
Sub or Prime Contractor
Interstate Electrical Contractors, Inc.
Goods/Services Provided
Directional Bore
Start & Completion Dates
2/23/18 to 3/13/18
Contract Amount
$68,642.00
Change Orders
$7,589.86
Contact Name/Telephone #
Leonard Warren, 303-420-6400, leonardw@interstateelectrical.net
Names of Supervisor on Job Site
Jayson Norby, Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Vactron, Backhoe, Water Wagon
Agency/Owner
Lubbock Boys & Girls Club 2018-12
Contract #
17-007-050
Name & Location of Project
Lubbock Boys & Girls Club (Talkington)
Surety Company
n/a
Sub or Prime Contractor
Pharr & Co
Goods/Services Provided
Site Utilities
Start & Completion Dates
3/19/18 to 4/13/18
Contract Amount
$79,334.00
Change Orders
$1,150.00
Contact Name/Telephone #
Jason Pharr, jason@pharrco.com, 806-472-4724
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Water Wagon, Backhoe, Excavator, Dump Truck
Agency/Owner
Americot, Inc. 2018-13
Contract #
1803-02600
Name & Location of Project
Americot Office Building
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
4/24/18 to 6/6/19
Contract Amount
$110,374.00
Change Orders
$12,794,00
Contact Name/Telephone #
Brandon Mitchell, bmitchell@leelewis.com, 806-928-8903
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Water Wagon, Excavator, Dump Truck
Page 5of11
2018
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Health South 2018-15
n/a
Health South Plains Rehab
n/a
HOAR Construction
Site Utilities
3/ 19/ 18 to 4/9/ 19
$41,607.00
$203, 524.00
Ben Carmichael, bcarmichael@HOAR.com, 205-423-2315
Shane Hickman
Bryant Sebastian
Water Wagon, Backhoe, Excavator, Dump Truck
Xcel Energy 2018-19
n/a
Tahoka ISD Middle School (E, W & S)
n/a
Xcel Energy
Bore
4/ 16/ 18 to 5/ 3/ 18
$27,099,60
$0.00
John Gardner, john.gardner@xcelenergy.com, (806-787-5834)
Mark Patterson
Byrant Sebastian
Backhoe, Ditcher, Boring Machine
City of Lubbock 2018-27
218061
Airport Radio Building
n/a
Lubbock Power & Light
Electric
4/30/18to 5/10/18
$33,215.00
$0.00
David Steinbaugh, dsteinbaugh@lpandl.com, (806-775-2558)
Rene Hernandez
Bryant Sebastian
Backhoe, Vactron, Dump Truck
Lubbock International Airport 2018-36
1782
LIA CONRAC
n/a
Lee Lewis Construction, Inc.
Site Utilities
6/6/18 to 7/18/19
$301,009.00
$9,713.00
David Clower, 806-797-8400, dclower@leelewis.com
Shane Hickman, Jayson Norby
Bryant Sebastian
Backhoe, Vactron, Dump Truck, Excavator
Page 6 of 11
2018
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Texas Tech University 2018-37
n/a
TTU Credit Union - Main Branch
n/a
DBSI, Inc.
Site Utilities
7/5/18 to 7/30/19
$70, 553.00
$2,720.23
Jesse Hamilton, jhamilton@dbsi-inc.com, 602-264-7263
Shane Hickman
Bryant Sebastian
Backhoe, Excavator, Dump Truck
City of Lubbock 2018-32
218059
1319 Main
n/a
Lubbock Power & Light
New Manhole/New Conduit
5/24/ 18 to 6/ 13/ 18
$28,127.50
$0.00
Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806) 775-2572
Rene Hernandez, Shane Hickman, Dylan Stephenson
Bryant Sebastian
Ditcher, Vactron, Backhoe, Dump Truck
69th Street Development LTD 2018-39
n/a
Commons East, Tract 3
n/a
CMS Properties
Install new water line
6/15/18 to 7/11/18
$63,115.20
$10,157.00
Lindsay Northcut, lndsay@crospropertiesinc.com, 806-794-1492
Albert Moreno
Bryant Sebastian
Ditcher, Backhoe, Dump Truck, Excavator
City of Lubbock 2018-48
RFP 7125 18 ELD
Home Depot and Bangor Avenue Bore
Arthur J. Gallegher
LP&L
Bore
8/10/18 to 12/4/18
$459,065.00
$0.00
Lee Roy Martinez, Irmartinez@lpand Isom, 806-789-5602
Rene Hernandez
Bryant Sebastian
Boring Machine, Backhoe, Dump Truck
Page 7 of 11
2018
Agency/Owner
TTU Health Sciences Center 2018-55
Contract #
n/a
Name & Location of Project
TTUHSC Academic Event Center
Surety Company
A J Gallagher
Sub or Prime Contractor
Hill & Wilkinson
Goods/Services Provided
water, Sewer and Underground Fire Lane
Start & Completion Dates
11/12/18 to 7/2/19
Contract Amount
$92,646.00
Change Orders
$3,482.00
Contact Name/Telephone #
Danny Elmore, delmore@hill-wilkinson.com, 806,451.1996 or 806.698.4287
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe, Dump Truck, Excavator
Agency/Owner
Hub City Vet Clinic 2018-56
Contract #
n/a
Name & Location of Project
Hub City Vet Clinic
Surety Company
n/a
Sub or Prime Contractor
Madewell Construction
Goods/Services Provided
Underground Fire Line
Start & Completion Dates
7/27/18 to 11/1/18
Contract Amount
$29,240.00
Change Orders
$0.00
Contact Name/Telephone #
Paul, paul@madewell-construction.com, 937-798-1475
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Dozer, Backhoe, Water Truck
Agency/Owner
City of Lubbock 2018-33
Contract #
218059
Name & Location of Project
1111 Main
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electrical
Start & Completion Dates
7/24/18 to 8/3/18
Contract Amount
$29,931.50
Change Orders
$0.00
Contact Name/Telephone #
Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806) 775 2572
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Vactron, Backhoe, Dump Truck
Agency/Owner
City of Lubbock 2018-58
Contract #
713918
Name & Location of Project
Slide Road and Erskine Avenue Bore
Surety Company
Arthur J. Gallegher
Sub or Prime Contractor
LP&L
Goods/Services Provided
Bore
Start & Completion Dates
10/25/18 to 1/27/20
Contract Amount
$496,713.00
Change Orders
$41,895.10
Contact Name/Telephone #
Lee Roy Martinez, Irmartinez@lpand Isom, 806-789 5602
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Boring Machine, Ditcher, Vactron, Backhoe, Dump Truck
Page 8 of 11
2018
Agency/Owner
City of Lubbock 2018-57
Contract #
218102
Name & Location of Project
13th and Avenue O
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power and Light
Goods/Services Provided
Site Utilities
Start & Completion Dates
6/29/18 to 10/4/18
Contract Amount
$33,372.50
Change Orders
$0.00
Contact Name/Telephone #
Jarred Huse, jhuse@mail.ci.lubbock.tx.us, 806-745-2559
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Loader, Excavator
Agency/Owner
The Cheesecake Factory 2018-69
Contract #
SC-3610-012
Name & Location of Project
Cheesecake Factory
Surety Company
n/a
Sub or Prime Contractor
RCC Associates, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
9/11/18 to 11/5/18
Contract Amount
$76,132.00
Change Orders
$0.00
Contact Name/Telephone #
Rene Cuello, 954-234-7840, rcuello@rccassociates.com
Names of Supervisor on lob Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Vactron, Backhoe, Dump Truck
Agency/Owner
City of Wolfforth 2018-67
Contract #
n/a
Name & Location of Project
Frenship Park Utilitiy Extension
Surety Company
Arthur J Gallagher
Sub or Prime Contractor
City of Wolfforth
Goods/Services Provided
Site Utilities
Start & Completion Dates
9/13/18 to 1/10/19
Contract Amount
$90,445.56
Change Orders
$7,660.00
Contact Name/Telephone #
Tanner Lansford, tanner.lansford@ojdengineering.com, 806-791-2300
Names of Supervisor on Job S to
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Loader, Excavator
Agency/Owner
City of Lubbock 2018-72
Contract #
n/a
Name & Location of Project
Lubbock International Airport Bore
Surety Company
n/a
Sub or Prime Contractor
High Country Contractors
Goods/Services Provided
Bore
Start & Completion Dates
11/27/18 to 11/28/18
Contract Amount
$28,114.80
Change Orders
$0.00
Contact Name/Telephone #
Mark Beal, mark@highcountry.biz, 405-547-8615
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Boring Machine, Backhoe, Loader, Dump Truck
Page 9 of 11
2018
Agency/Owner
Covenant Health Systems 2018-76
Contract #
n/a
Name & Location of Project
CHS Demo Infill Project
Surety Company
n/a
Sub or Prime Contractor
Dunn + Teinert, A Joint Venture Company
Goods/Services Provided
Basement Excavation/Backfill
Start & Completion Dates
10/10/18 to 11/26/18
Contract Amount
$46,460.00
Change Orders
Contact Name/Telephone #
Kevin Karagias, Project Manager - kevin.karagias@jedunn.com - 214-490-7627
Names of Supervisor on Job Site
Rene Hernandez, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Excavator, Backhoe, Loader, Dump Truck
Agency/Owner
City of Lubbock 2018-77
Contract #
Name & Location of Project
Sewer Line Replacement at 3rd Street from Ave S to Waco Ave
Surety Company
Arthur J Gallagher
Sub or Prime Contractor
City of Lubbock
Goods/Services Provided
Sewer Line Replacement
Start & Completion Dates
1/2/19 to 8/29/19
Contract Amount
$506,734.85
Change Orders
$3,765.00
Contact Name/Telephone #
Zoltan Fekete, zfekete@mylubbock.us, 806-775-3150
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader, Dump Truck, Excavator
Agency/Owner
City of Lubbock 2018-79
Contract #
n/a
Name & Location of Project
LP&L Red Raider Substation Duct Bank
Surety Company
n/a
Sub or Prime Contractor
Brandt Industrial
Goods/Services Provided
Bore
Start & Completion Dates
2/12/19 to 9/20/19
Contract Amount
$322,565.00
Change Orders
$0.00
Contact Name/Telephone #
Haley Joy, Project Manager, (972) 395-6339, haley.joy@brandt-industrial.com
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Loader, Dump Truck, Excavator
Agency/Owner
69th Street Development LTD 2018-80
Contract #
n/a
Name & Location of Project
Commons Tracts K & J
Surety Company
n/a
Sub or Prime Contractor
CMS Properties
Goods/Services Provided
Sewer
Start & Completion Dates
11/14/18 to 11/29/18
Contract Amount
$34,700.00
Change Orders
$0.00
Contact Name/Telephone #
Alan Moore, amoore@crosproperties.com, 806-794-1492
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Loader, Excavator
Page 10 of 11
2018
Agency/Owner
City of Lubbock 2018-90
Contract #
19-7018-ELD
Name & Location of Project
Hydrovac Excavation Services - Various Locations
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power and Light
Goods/Services Provided
Hydrovac
Start & Completion Dates
12/28/18 to 2/11/19
Contract Amount
$29,800.00
Change Orders
Contact Name/Telephone #
Felix Orta, 806-775-3829, forta(alpandl.com
Names of Supervisor on Job Site
Johnny Matheny
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Sterling Vatron, Backhoe, Dump Truck
Agency/Owner
Covenant Health Systems 2018-84
Contract #
n/a
Name & Location of Project
CHS New West Tower Project
Surety Company
n/a
Sub or Prime Contractor
Dunn + Teinert, A Joint Venture Company
Goods/Services Provided
Backfili and compact
Start & Completion Dates
12/4/18 to 12/18/18
Contract Amount
$26,900.00
Change Orders
Contact Name/Telephone #
Kevin Karagias, Project Manager - kevin.karagias@jedunn.com - 214-490-7627
Names of Supervisor on Job Site
Rene Hernandez, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Excavator, Backhoe, Loader, Dump Truck
Page 11 of 11
2017
Agency/Owner
Lamesa Independent School District
Contract #
#14-018
Name & Location of Project
Lamesa ISD High School Phase 2 Package 2
Surety Company
n/a
Sub or Prime Contractor
Pharr & Company
Goods/Services Provided
Sanitary Sewer
Start & Completion Dates
6/8/15 to 1/11/18
Contract Amount
$224,884.00
Change Orders
$10,900.00
Contact Name/Telephone #
Kenneth Barthold, kbarthold@pharrco.com, (806) 763-5263
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher
Agency/Owner
The Board of Regents of the Texas Tech University System
Contract #
# 1558
Name & Location of Project
TTU Rawls CoBA, Addition Phase 1 Package 1B
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Sewer Line
Start & Completion Dates
7/31/15 to 8/19/17
Contract Amount
$42,000.00
Change Orders
$0.00
Contact Name/Telephone #
David Meadows, dmeadows@leelewis.com
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe
Agency/Owner
City of Lubbock
Contract #
n/a
Name & Location of Project
Northwest Water Reclamation Plant
Surety Company
n/a
Sub or Prime Contractor
Acme Electric
Goods/Services Provided
Backfill and compact
Start & Completion Dates
8/20/2015 to 2/16/17
Contract Amount
$30,443.80
Change Orders
$0.00
Contact Name/Telephone #
B. Brown, bbrown@acmeelect.com, (806) 745-7720
Names of Supervisor on Job S-te
Mark Patterson 741-1446
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Water Truck, Skid Steer, Excavator & Trench Roller
Agency/Owner
Frenship Independent School District
Contract #
1515
Name & Location of Project
Frenship ISD 2014 New Elementary School
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
9/8/15 to 6/6/17
Contract Amount
$154,024.00
Change Orders
$0.00
Contact Name/Telephone #
Amy Bollinger, Project Manager, abollinger@leelewis.com, 806-797-8400
Names of Supervisor on Job S to
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Page 1 of 9
2017
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
American Campus Communities
16159TX-02
21 Hundred at Overton Park, 2110 Mac Davis Lane, #1, Lubbock, TX 79401
n/a
FaverGray
Water, Sewer, Fire Line
3/7/16 to 11/17/17
$ 50 3, 300.00
$101,163.00
Adam Gray, Project Manager, Agray@favergray.com, (904) 208-2034
Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Texas Tech University
015720-02-B
TTU Honors Hall
n/a
The Whiting -Turner Contracting Company
Site Utilities
3/15/16 to 6/23/17
$209,494.00
$133,965,00
David Mills, David.Mills@whiting-turner.com, 210-558-1880
Jayson Norby
Bryant Sebastian
Backhoe, Ditcher
Hidden Tree Ranch Mobile Home
n/a
Hidden Tree Ranch Mobile Home
n/a
CRTX Properties, LLC
Water and Sewer
6/9/16 to 7/6/17
$158,515.00
$8,582.87
Dennis Crump, crumptx@gmail.com, 972-978-9210
Von Kimbrell
Bryant Sebastian
Backhoe, Ditcher, Water Wagon
City of Lubbock
n/a
Tract A, Wildwood
n/a
Designed to Build c/o Hugo Reed
Water and Sanitary Sewer
6/13/16 to 1/30/17
$521,580.60
$13,973.50
Nathan Rigler, nrig ler@hugoreed.com, 806-763-5642
Mark Patterson, Beau Bullard
Bryant Sebastian
Ditcher, Backhoe
Page 2 of 9
I►IITVA
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Texas Tech University
n/a
TTU Sports Performance Complex
n/a
FI i ntco
Site Utilities
6/30/16 to 1/11/18
$964,565.00
$350,848.76
Matt Dobson, mdobson@flintco.com, 505-262-1888
Rene Hernandez
Bryant Sebastian
Backhoe, Ditcher, Water Wagon
CCC-Lubbock, LLC
n/a
Lubbock Cottages at Holiday Park
Merchants Bonding
Cottage Builders, Inc
Municipal Water and Sewer
7/14/16 to 10/4/17
$ 578, 819.00
$312,728.00
Clay Wilson, PE, LEED AP, cwilson@capstonemail.com, 205-414-6403
Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Texas Tech University
n/a
TTU Museum Life Safety, Utility Upgrade
n/a
Sandia Construction, Inc.
Site utilities
7/26/16 to 4/25/17
$533,470.00
$75,976.97
Greg Durbin, President, greg@sandiaconst.com, 806-745-9450
Jayson Norby
Bryant Sebastian
Ditcher, Backhoe
CCC-Lubbock, LLC
n/a
The Cottages of Lubbock
n/a
Tom Lyne Plumbing & Irrigation
Install sewer lines
9/27/16 to 3/22/17
$ 343, 640.00
$0.00
Tom Lyne, 979-324 1200, tomblyne@yahoo.com
Shane Hickman
Bryant Sebastian
Ditcher, Backhoe, Water Wagon
Page 3 of 9
2017
Agency/Owner
Texas Tech University
Contract #
n/a
Name & Location of Project
TTU Honors Hall
Surety Company
n/a
Sub or Prime Contractor
Dynamic Systems, Inc.
Goods/Services Provided
Asphalt Repair
Start & Completion Dates
10/26/16 to 7/13/17
Contract Amount
$11,800.00
Change Orders
$94,918.00
Contact Name/Telephone #
John Crutcher, 512-486-3732, jcrutcher@dynamicsystemusa.com
Names of Supervisor on Job Site
Beau Bullard
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Vactron
Agency/Owner
Funky Door Restaurant
Contract #
n/a
Name & Location of Project
Funky Door Restaurant, 66th and Milwaukee
Surety Company
n/a
Sub or Prime Contractor
Collier Construction Company
Goods/Services Provided
Municipal Water, Fire Line and Sanitary Sewer
Start & Completion Dates
11/29/16 to 1/31/17
Contract Amount
$49,680.00
Change Orders
$3,280.00
Contact Name/Telephone #
Josh Dickson, josh@colliertx.com, 806-620-8202
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Qua ity
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe
Agency/Owner
CCC-Lubbock, LLC
Contract #
n/a
Name & Location of Project
Capstone Cottages
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electrical
Start & Completion Dates
11/29/16 to 5/11/17
Contract Amount
$28,179.00
Change Orders
$0.00
Contact Name/Telephone #
Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806)775-2572
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher, Vactron
Agency/Owner
B & G Villa Properties, LLC
Contract #
n/a
Name & Location of Project
Melonie Park
Surety Company
n/a
Sub or Prime Contractor
Carthel Engineering Solutions
Goods/Services Provided
Municipal Water and Sanitary Sewer
Start & Completion Dates
12/5/16 to 8/24/17
Contract Amount
$74,865.00
Change Orders
0
Contact Name/Telephone #
Ches Carthel, chestercarthel@yahoo.com, 806-687-8322
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe, Vactron
Page 4 of 9
2017
Agency/Owner
Lubbock Cooper Independent School District
Contract #
SI#025
Name & Location of Project
Lubbock Cooper ISD Classroom Addition at High School
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction
Goods/Services Provided
8" Water and 10" Fire Line
Start & Completion Dates
12/21/16 to 1/3/17
Contract Amount
$41,410.00
Change Orders
$0.00
Contact Name/Telephone #
Michael Haverdink, michael-'asandia.com, (806) 745-9450
Names of Supervisor on Job Site
Jayson Norby, Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher, Mini Excavator, Vactron
Agency/Owner
City of Lubbock
Contract #
Contract #13207
Name & Location of Project
Neal & Alexander Water & Sewer Relocation
Surety Company
Merchants Bonding Company
Sub or Prime Contractor
City of Lubbock
Goods/Services Provided
Water and Sewer
Start & Completion Dates
2/17/17 to 11/3/17
Contract Amount
$292,849.00
Change Orders
$1,530.00
Contact !Name/Telephone #
Trevor Overman, PE, toverman@mylubbock,us, 806-775-2346
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator
Agency/Owner
City of Lubbock
Contract #
711317
Name & Location of Project
4th Street and Toledo Utility Bore
Surety Company
Merchants Bonding Company
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Utility Bore
Start & Completion Dates
2/24/17 to 4/18/17
Contract Amount
$131,809.28
Change Orders
$0.00
Contact Name/Telephone #
Lee Roy Martinez, Irmartinez@lpandl.com, 806-775-2579
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Boring Machine
Agency/Owner
Texas Tech University
Contract #
Package #330000
Name & Location of Project
Texas Tech University, Experimental Science Building II
Surety Company
n/a
Sub or Prime Contractor
Flintco
Goods/Services Provided
Site Utilities
Start & Completion Dates
3/6/17 to 7/25/18
Contract Amount
$399,263,00
Change Orders
$71,793.00
Contact Name/Telephone #
John Bonner, Project Manager, jbonner@flintco.com, 918-232-5836
Names of Supervisor on Job Site
Bryant Sebastian
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Page 5 of 9
2017
Agency/Owner
City of Lubbock
Contract #
n/a
Name & Location of Project
Downtown Redevelopment III, Phases 1 3
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electrical
Start & Completion Dates
5/15/17 to 2/8/18
Contract Amount
$80,207.25
Change Orders
$0.00
Contact Name/Telephone #
Jarrod Huse, jhuseo)mail.ci.lubbock.tx.us, (806)775-2572
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Agency/Owner
City of Lubbock
Contract #
n/a
Name & Location of Project
Memphis Garden
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power and Light
Goods/Services Provided
Electric
Start & Completion Dates
6/2/17 to 7/3/17
Contract Amount
$40,897.50
Change Orders
$0.00
Contact Name/Telephone #
Tim Green, Tgreen@LPandL.com, 806-790-7243
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Vactron, Backhoe, Ditcher
Agency/Owner
Texas Tech University
Contract #
Project #17-16779, Contract 17-604
Name & Location of Project
Texas Tech University, Main Campus Water Loop
Surety Company
n/a
Sub or Prime Contractor
Texas Tech University
Goods/Services Provided
Water RPZ
Start & Completion Dates
7/19/17 to 8/25/17
Contract Amount
$89,824.00
Change Orders
$5,491.06
Contact Name/Telephone #
David Small, david.small@ttu.edu, 806.834.5742
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher
Agency/Owner
Continental Dairies
Contract #
n/a
Name & Location of Project
Continental Dairies
Surety Company
n/a
Sub or Prime Contractor
Lamb County Electric Coop
Goods/Services Provided
Conduit Installation
Start & Completion Dates
8/1/17 to 7/10/18
Contract Amount
$137,809.00
Change Orders
$19,470,00
Contact Name/Telephone #
Don Trotter, dtrotter@lcec.com, 806-385-5191
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Page 6 of 9
2017
Agency/Owner
Tahoka ISD
Contract #
LLCI Project Number 1700
Name & Location of Project
Tahoka ISD Additions & Renovations
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Water, Fireline and Sanitary Sewer
Start & Completion Dates
8/5/17 to 11/5/18
Contract Amount
$82,812.00
Change Orders
Contact Name/Telephone #
Neil Easter, Sr. Project Manager, neasterfileelewis.com (806) 797-8400
Names of Supervisor on Job Site
Shane Hickman, Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator, Ditcher
Agency/Owner
Texas Tech University
Contract #
01-1714676-61
Name & Location of Project
TTU ESB Bid Pkg 3 UG
Surety Company
n/a
Sub or Prime Contractor
Yearout Mechanical
Goods/Services Provided
Excavation & Backfill for Underground Plumbing
Start & Completion Dates
8/25/17 to 11/8/17
Contract Amount
$49,965.00
Change Orders
Contact Name/Telephone #
Catherine McGuire, cmcguire@yearout.com, 505-884-0994
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Excavator
Agency/Owner
Pagosa Partners, LTD
Contract #
1752-02600
Name & Location of Project
West End Phase III
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Sanitary Sewer, Fire Line, Municipal Water, Private Water
Start & Completion Dates
9/5/17 to 2/18/19
Contract Amount
$164,459.00
Change Orders
$4,405.00
Contact Name/Telephone #
Brandon Mitchell, bmitchell@leelewis.com, 806-797-8400
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher
Agency/Owner
City of Sudan
Contract #
TxCDBG Project #7216439
Name & Location of Project
City of Sudan - Water Line Construction
Surety Company
Arthur 1. Gallagher & Co
Sub or Prime Contractor
Jones Engineering
Goods/Services Provided
Water Line
Start & Completion Dates
11/3/17 to ongoing Completed in 2018
Contract Amount
$112,285.50
Change Orders
$3,300.00
Contact Name/Telephone #
Adam Valenzuela, 806-368-6375, adam@sitecivil.com
Names of Supervisor on Job Site
Von Kimbrell, Ralph Renteria
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, backhoe, water wagon
Page 7 of 9
2017
Agency/Owner
Lubbock Cooper Independent School District
Contract #
n/a
Name & Location of Project
Lubbock Cooper ISD South Elementary Addition and Renovation
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction, Inc.
Goods/Services Provided
Site Utilities
Start & Completion Dates
11/7/17 to ongoing
Contract Amount
$42,554.00
Change Orders
$19,807.77
Contact Name/Telephone #
Michael Haverdink, michael@sandia.com, (806) 745-9450
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Water Wagon
Agency/Owner
CVS Pharmacies
Contract #
n/a
Name & Location of Project
CVS - 82nd and Indiana
Surety Company
n/a
Sub or Prime Contractor
Helker Crawford
Goods/Services Provided
Municipal water, Underground fire lines, Sanitary Sewer, Gas & Electric
Start & Completion Dates
11/14/17 to 6/8/18
Contract Amount
$109,600.00
Change Orders
$0.00
Contact Name/Telephone #
Tom Robertson, trobertson@helkercrawford.com, 214-222-0063 or 940-367-2915
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
City of Muleshoe
Contract #
01.2896.16
Name & Location of Project
City of Muleshoe, Sanitary Sewer Improvements, Lift Station Replacement
Surety Company
A J Gallegher
Sub or Prime Contractor
City of Muleshoe, c/o Parkhill, Smith & Cooper
Goods/Services Provided
Sanitary Sewer, Lift Station
Start & Completion Dates
12/5/17 to 7/3/19
Contract Amount
$278,571.00
Change Orders
$53,295.81
Contact Name/Telephone #
Kristian Gonzales, kgonzales@team-psc.com, (806-473-2200)
Names of Supervisor on Job Site
Shane Hickman, Rene Hernandez, Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
City of Plainview, Texas
Contract #
Name & Location of Project
Mllwee Lift Station
Surety Company
Arthur J. Gallagher Risk Management Services, Inc.
Sub or Prime Contractor
City of Plainview, Texas
Goods/Services Provided
Gravity Sanitary Sewer Line
Start & Completion Dates
Sub -Contract to UCA
Contract Amount
$886,854.72
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job S,te
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Page 8 of 9
2017
Agency/Owner
City of Lubbock
Contract #
n/a 2017-03
Name & Location of Project
Overton Water Line Replacement
Surety Company
Arthur J. Gallegher
Sub or Prime Contractor
City of Lubbock
Goods/Services Provided
Water Line Replacement
Start & Completion Dates
Awarded in 2017 - project did not start until 2018
Contract Amount
$314,765.25
Change Orders
-$8,368.65
Contact Name/Telephone #
Adam Nixon, anixon@mylubbock.us, (806) 775-2344
Names of Supervisor on Job Site
Rene Hernandez, Shane Hickman, Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Vactron, Dump Truck, Boring Machine
Agency/Owner
City of Lubbock
Contract #
n/a 2017-04
Name & Location of Project
United Supermarkers Tract A Sewer Line Replacement
Surety Company
Arthur J. Gallegher
Sub or Prime Contractor
City of Lubbock
Goods/Services Provided
Water Line Replacement
Start & Completion Dates
Awarded in 2017 - project did not start until 2018
Contract Amount
$119,505.00
Change Orders
$17,095.25
Contact Name/Telephone #
Adam Nixon, anixon@mylubbock.us, (806) 775-2344
Names of Supervisor on Job Site
Von Kimbrell, Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper
Agency/Owner
Texas Tech University
Contract #
16053 034 201.7-05
Name & Location of Project
TTU Experimental Science Building II - 16053, 4B-2
Surety Company
n/a
Sub or Prime Contractor
Flintco
Goods/Services Provided
Storm Drainage Utilities
Start & Completion Dates
Awarded in 2017 - project did not start until 2019
Contract Amount
$97,800.00
Change Orders
$228,441.00
Contact Name/Telephone #
John Bonner, jbonner@flintco.com, 918-232-5836
Names of Supervisor on Job Site
Charles Armstrong
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Mini Excavator, Dump Truck, Loader
Agency/Owner
King Street Pub
Contract #
n/a 2017-06
Name & Location of Project
King Street Pub - 4" Fireline
Surety Company
n/a
Sub or Prime Contractor
King Street Pub
Goods/Services Provided
Install underground Fire Line
Start & Completion Dates
Awarded in 2017 - project did not start until 2018
Contract Amount
$31,764.88
Change Orders
$0.00
Contact Name/Telephone #
Sally Good, honeysock@gmail.com, 806-993-1010
Names of Supervisor on Job Site
Jayson Norby, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper
Page 9of9
2016
Agency/Owner
City of Lubbock
Contract #
ITB 15-12060-TS
Name & Location of Project
Downtown Redevelopment Phase II Project
Surety Company
Merchants Bonding Co. Mutual
Sub or Prime Contractor
Deerwood Construction, Inc.
Goods/Services Provided
Underground Utilities
Start & Completion Dates
2/23/15 to 2/15/16
Contract Amount
$1,923,249.49
Change Orders
-$27,519.64
Contact Name/Telephone #
Neil Welch, PE, nwelch@mail.ci.lubbock.tx.us, (806) 775-3254
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Boring Machine, Backhoe, Ditcher
Agency/Owner
City of Lubbock
Contract #
n/a
Name & Location of Project
Northwest Water Reclamation Plant
Surety Company
n/a
Sub or Prime Contractor
Acme Electric
Goods/Services Provided
Backfill and compact
Start & Completion Dates
8/20/2015 to 2/16/17
Contract Amount
$30,443.80
Change Orders
$0.00
Contact Name/Telephone #
B. Brown, bbrown@acmeelect.com, (806) 745-7720
Names of Supervisor on Job Site
Mark Patterson 741-1446
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Water Truck, Skid Steer, Excavator & Trench Roller
Agency/Owner
City of Lubbock
Contract #
12522/RFP 15-12522•JM
Name & Location of Project
Fire Station #1, 8" Water Line
Surety Company
Merchants Bonding Company
Sub or Prime Contractor
City of Lubbock
Goods/Services Provided
8" Water Line
Start & Completion Dates
12/7/15 to 4/8/16
Contract Amount
$243,373.00
Change Orders
-$4,560.86
Contact Name/Telephone #
Josh Kristinek, jkristinek@mail.ci.lubbock.tx.us, (806) 775-3397
Names of Supervisor on lob Site
Ruben Ponce 782-3057
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe
Agency/Owner
Texas Tech University
Contract #
n/a
Name & Location of Project
TTU New System Office Building, Package 1
Surety Company
n/a
Sub or Prime Contractor
J T Vaughn Construction
Goods/Services Provided
Site Utilities
Start & Completion Dates
10/14/15 to 10/7/16
Contract Amount
$719,248.00
Change Orders
$113,091.98
Contact Name/Telephone #
Louis Reger, Ireger@vaughnconstruction.com, (713) 984-4038
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Page 1 of 10
2016
Agency/Owner
Texas Tech University Health Sciences Center
Contract #
n/a
Name & Location of Project
TTUHSC General Services Dock
Surety Company
n/a
Sub or Prime Contractor
J T Vaughn Construction
Goods/Services Provided
Sanitary Sewer
Start & Completion Dates
11/6/15 to 6/30/16
Contract Amount
$196,554.00
Change Orders
$0.00
Contact Name/Telephone #
James Mitchell, jmitchell@vaughnconstruction.com, (806) 368-3497
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
LaMancha Investments LTD
Contract #
n/a
Name & Location of Project
Southwest Commercial Park
Surety Company
n/a
Sub or Prime Contractor
LaMancha Investments LTD c/o Hugo Reed
Goods/Services Provided
Sanitary Sewer
Start & Completion Dates
10/26/15 to 2/15/16
Contract Amount
$212,908.00
Change Orders
$6,900.00
Contact Name/Telephone #
Greg Nauert, gnauert@hugoreed.com, (806) 763-5642
Names of Supervisor on Job Site
Rene Hernandez, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Agency/Owner
Spur Independent School District Award 2015, start 2016
Contract #
n/a
Name & Location of Project
Spur ISD Concessions and Restrooms
Surety Company
n/a
Sub or Prime Contractor
Collier Construction Company
Goods/Services Provided
Municipal Water and Sanitary Sewer
Start & Completion Dates
3/8/16 to 12/2/16
Contract Amount
$109,000.00
Change Orders
$15,998.00
Contact Name/Telephone #
Shanon Hays, shannon@colliertx.com, (806) 741-1982
Names of Supervisor on Job Site
Mark Patterson
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
Bolton Oil Company Award 2015, start 2016
Contract #
n/a
Name & Location of Project
Tract G, Justin Bolton Addition
Surety Company
n/a
Sub or Prime Contractor
Bolton Oil Company c/o Hugo Reed
Goods/Services Provided
Municipal Water
Start & Completion Dates
2/2/16 to 2/18/16
Contract Amount
$25,517,50
Change Orders
$0.00
Contact Name/Telephone #
Jason Swoffard, jswoffard@hugoreed.com, 806-763-5642
Names of Supervisor on Job Site
Jayson Norby, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Page 2 of 10
0113[:
Agency/Owner
American Campus Communities
Contract #
16159TX-02
Name & Location of Project
21 Hundred at Overton Park, 2110 Mac Davis Lane, #1, Lbk, TX 79401
Surety Company
n/a
Sub or Prime Contractor
FaverGray
Goods/Services Provided
Water, Sewer, Fire Line
Start & Completion Dates
3/7/16 to 11/17/17
Contract Amount
$503,300.00
Change Orders
$101,163,00
Contact Name/Telephone #
Adam Gray, Project Manager, Agraygfavergray.com, (904) 208-2034
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
Raycom Media
Contract #
n/a
Name & Location of Project
KCBD, Channel 11
Surety Company
n/a
Sub or Prime Contractor
AMCO, Inc.
Goods/Services Provided
Electric
Start & Completion Dates
11/3/15 to 2/3/16
Contract Amount
$310,879.63
Change Orders
$0.00
Contact Name/Telephone #
Rex Barbour, rex@amcoelect.com, (806) 765-8557
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Agency/Owner
Texas Tech University
Contract #
015720-02-B
Name & Location of Project
TTU Honors Hall
Surety Company
n/a
Sub or Prime Contractor
The Whiting -Turner Contracting Company
Goods/Services Provided
Site Utilities
Start & Completion Dates
3/15/16 to 6/23/17
Contract Amount
$209,494.00
Change Orders
$133,965.00
Contact Name/Telephone #
David Mills, David.MiIls@whiting-turner.com, (210) 558 1880
Names of Supervisor on Job Site
layson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
Texas Tech University, Athletics Department
Contract #
n/a
Name & Location of Project
TTU Athletic Training Center, Potholing
Surety Company
n/a
Sub or Prime Contractor
Flintco
Goods/Services Provided
Potholing Utilities
Start & Completion Dates
10/20/15 - 2/1/16
Contract Amount
$52,722.65
Change Orders
$0.00
Contact Name/Telephone #
Matt Dobson, mdobson@flintco.com, (505) 262-1888
Names of Supervisor on Job Site
Rene Hernandez, layson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Vactron
Page 3 of 10
2016
Agency/Owner
City of Lubbock
Contract #
n/a
Name & Location of Project
Downtown Redevelopment, Phase II -Tie In
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electric
Start & Completion Dates
10/29/15 to 4/23/16
Contract Amount
$46,001.27
Change Orders
$0.00
Contact Name/Telephone #
Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, 806-775-2572
Names of Supervisor on Sob Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Agency/Owner Frenship Independent School District
Contract # 1515
Name & Location of Project Frenship ISD 2014 New Elementary School
Surety Company n/a - not required
Sub or Prime Contractor Lee Lewis Construction, Inc.
Goods/Services Provided Site Utilities
Start & Completion Dates 9/8/15 to 6/6/17
Contract Amount $154,024.00
Change Orders $0.00
Contact Name/Telephone # Amy Bollinger, Project Manager, abollinger@leelewis.com, 806-797-8400
Names of Supervisor on Job Site Shane Hickman
Name of Project Mgr/Safety/Quality Bryant Sebastian
Type of Equipment Used Backhoe, Ditcher
Agency/Owner
American Campus Communities
Contract #
n/a
Name & Location of Project
21 Hundred at Overton
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power and Light
Goods/Services Provided
Electric
Start & Completion Dates
3/8/16 to 6/10/16
Contract Amount
$26,310.78
Change Orders
$0.00
Contact Name/Telephone #
Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, 806-775-2572
Names of Supervisor on Job Site
Jayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Agency/Owner
City of Lubbock
Contract #
n/a
Name & Location of Project
5214 - 2nd Drive (2nd and Slide)
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electrical
Start & Completion Dates
1/28/16 to 2/9/16
Contract Amount
$30,630.97
Change Orders
$0.00
Contact Name/Telephone #
Lee Roy Martinez, Irmartinez@lpandl.com, 806-789-5602
Names of Supervisor on Job Site
Rene Hernandez, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Page 4 of 10
2016
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lubbock Power and Light
n/a
Monsanto Bore Utah
n/a
Lubbock Power and Light
Electrical
2/23/16 to 4/11/16
$278,784.86
$0.00
Jerrad Huse, jhuse@mail.ci.lubbock.tx.us, 806-775-2515
Rene Hernandez
Bryant Sebastian
Boring Machine
Covenant Hospital
14017-02600
Community Health Center of Lubbock
n/a
Teinert Commercial Building Services
Site Utilities
8/22/14 to 3/10/16
$ 95, 660.00
$7,216.00
Jacob Kirkland, jacob@teinert.com, 806-744-2801
Von Kimbrell, Mike Norris
Bryant Sebastian
Backhoe
SH Lubbock Milwaukee LP
n/a
The Vineyards
n/a
Realtex Construction, LLC
Site Utilities
7/14/15 to 8/2/16
$235,272.00
$ 5, 974.00
Dustin Cloutier, dcloutier@realtexdevelopment.com, 512-466-7353
Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Lubbock Cooper ISD
n/a
High School Athletic Facility Improvements
n/a
Sandia Construction, Inc.
Sanitary Sewer
6/15/16to 8/19/16
$93,165.36
$3,430.00
Michael Haverdink, michael@sandia.com, 806-745-9450
Jayson Norby
Bryant Sebastian
Backhoe, Ditcher
Page 5 of 10
2016
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Department of Transportation
n/a
Bore at US 84, Slaton
n/a
Xcel Energy
Bore
5/11/16 to 5/25/16
$35,842.20
$0.00
John Gardner, john.a.gardnerC4xcelenergy.com, 806-796-3270
Rene Hernandez
Bryant Sebastian
Boring Equipment, Ditcher, Backhoe
Texas Tech University
n/a
TTU Museum Life Safety, Utility Upgrade
n/a
Sandia Construction, Inc.
Site utilities
7/26/16 to 4/25/17
$533,470.00
$75,976.97
Greg Durbin, President, greg@sandiaconst.com, 806-745-9450
Jayson Norby
Bryant Sebastian
Ditcher, Backhoe
City of Lubbock
n/a
Southcrest Subdivision
n/a
Lubbock Power & Light
Site Utility
2/16/16 - 2/29/16
$52,664.80
$0.00
Jeff Baker, jbaker@lpandl.com, 806-775-2560
Rene Hernandez, Shane Hickman, Jayson Norby
Bryant Sebastian
Ditcher, Backhoe
City of Lubbock
n/a
Tract A, Wildwood
n/a
Designed to Build c/o Hugo Reed
Water and Sanitary Sewer
6/13/16 to 1/30/17
$521,580.60
$13,973.50
Nathan Rigler, nrigier@hugoreed.com, 806-763-5642
Mark Patterson, Beau Bullard
Bryant Sebastian
Ditcher, Backhoe
Page 6 of 10
2016
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Hidden Tree Ranch Mobile Home
n/a
Hidden Tree Ranch Mobile Home
n/a
CRTX Properties, LLC
Water and Sewer
6/9/16 to 7/6/17
$158,515.00
$8,582.87
Dennis Crump, crumptx@gmail.com, 972-978-9210
Von Kimbrell
Bryant Sebastian
Backhoe, Ditcher, Water Wagon
Texas Tech University
n/a
TTU Sports Performance Complex
n/a
FI i ntco
Site Utilities
6/30/16to 1/11/18
$964,565.00
$350,848,76
Matt Dobson, mdobson@flintco.com, 505-262-1888
Rene Hernandez
Bryant Sebastian
Backhoe, Ditcher, Water Wagon
CCC-Lubbock, LLC
n/a
Lubbock Cottages at Holiday Park
Merchants Bonding
Cottage Builders, Inc
Municipal Water and Sewer
7/14/16 to 10/4/17
$578,819.00
$312,728.00
Clay Wilson, PE, LEED AP, cwilson@capstonemail.com, 205-414-6403
Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Lubbock Cooper Independent School District
n/a
High School Career & Technology - Education Addition
n/a
Sandia Construction, Inc.
Water and Sewer
7/11/16 to 12/20/16
$ 30, 440.00
$0.00
Michael Haverdink, michael@sandiaconstr.com, 806-745-9450
layson Norby
Bryant Sebastian
Backhoe, Ditcher, Vactron
Page 7 of 10
2016
Agency/Owner
The Board of Regents of the Texas Tech University System
Contract #
# 1558
Name & Location of Project
TTU Rawls CoBA, Addition Phase 1 Package 16
Surety Company
n/a
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Sewer Line
Start & Completion Dates
7/31/15 to 8/19/17
Contract Amount
$42,000.00
Change Orders
$0.00
Contact Name/Telephone #
David Meadows
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe
Agency/Owner
Lubbock Power and Light
Contract #
n/a
Name & Location of Project
Monsanto Bore - I-27 and 1297
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power and Light
Goods/Services Provided
Electrical
Start & Completion Dates
4/5/16 to 10/13/16
Contract Amount
$45,515.20
Change Orders
$0.00
Contact Name/Telephone #
Jerrad Huse, jhuse@mail.ci.lubbock.tx.us, 806-775-2515
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Boring Machine
Agency/Owner
CCC-Lubbock, LLC
Contract #
n/a
Name & Location of Project
The Cottages of Lubbock
Surety Company
n/a
Sub or Prime Contractor
Tom Lyne Plumbing & Irrigation
Goods/Services Provided
Install sewer lines
Start & Completion Dates
9/27/16 to 3/22/17
Contract Amount
$343,640.00
Change Orders
$0.00
Contact Name/Telephone #
Tom Lyne, 979-324-1200, tomblyne@yahoo.com
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe, Water Wagon
Agency/Owner
Funky Door Restaurant
Contract #
n/a
Name & Location of Project
Funky Door Restaurant, 66th and Milwaukee
Surety Company
n/a
Sub or Prime Contractor
Collier Construction Company
Goods/Services Provided
Municipal Water, Fire Line and Sanitary Sewer
Start & Completion Dates
11/29/16 to 1/31/17
Contract Amount
$49,680.00
Change Orders
$3,280.00
Contact Name/Telephone #
Josh Dickson, josh@colliertx.com, 806-620-8202
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe
Page 8 of 10
2016
Agency/Owner
Reese Technology Center
Contract #
n/a
Name & Location of Project
Replace Isolation Valves in Pump House
Surety Company
n/a
Sub or Prime Contractor
Reese Technology Center, c/o Parkhill, Smith and Cooper
Goods/Services Provided
Replace isolation valves
Start & Completion Dates
10/25/16 to ongoing
Contract Amount
$64,350.00
Change Orders
$0.00
Contact Name/Telephone #
I T Puckett, PSC
Names of Supervisor on lob Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Vactron
Agency/Owner
B & G Villa Properties, LLC
Contract #
n/a
Name & Location of Project
Melonie Park
Surety Company
n/a
Sub or Prime Contractor
Carthel Engineering Solutions
Goods/Services Provided
Municipal Water and Sanitary Sewer
Start & Completion Dates
12/5/16 to 8/24/17
Contract Amount
$74,865.00
Change Orders
$0.00
Contact Name/Telephone #
Ches Carthel, chestercarthel@yahoo.com, 806-687-8322
Names of Supervisor on lob Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe, Vactron
Agency/Owner
Texas Tech University
Contract #
n/a
Name & Location of Project
TTU Experimental Sciences Building II
Surety Company
n/a
Sub or Prime Contractor
Zahn Paving
Goods/Services Provided
Site Utilities
Start & Completion Dates
12/12/16 to 12/13/16
Contract Amount
$30,000.00
Change Orders
$0.00
Contact Name/Telephone #
Ronnie Zahn, zahnpaving@gmail.com, (806) 748-1877
Names of Supervisor on Job Site
]ayson Norby
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Ditcher, Backhoe
Agency/Owner
Lubbock Cooper Independent School District
Contract #
SI#025
Name & Location of Project
Lubbock Cooper ISD Classroom Addition at High School
Surety Company
n/a
Sub or Prime Contractor
Sandia Construction
Goods/Services Provided
8" Water and 10" Fire Line
Start & Completion Dates
12/21/16 to 1/3/17
Contract Amount
$41,410.00
Change Orders
$0.00
Contact Name/Telephone #
Michael Haverdink, michael@sandia.com, (806) 745-9450
Names of Supervisor on lob Site
Jayson Norby, Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher, Mini Excavator, Vactron
Page 9 of 10
2016
Agency/Owner
Texas Tech University
Contract #
n/a
Name & Location of Project
TTU Honors Hall
Surety Company
n/a
Sub or Prime Contractor
Dynamic Systems, Inc.
Goods/Services Provided
Asphalt Repair
Start & Completion Dates
10/26/16 to 7/13/17
Contract Amount
$11,800.00
Change Orders
$94,918.00
Contact Name/Telephone #
John Crutcher, 512-486-3732, jcrutcher@dynamicsystemusa.com
Names of Supervisor on Job Site
Beau Bullard
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Vactron
Agency/Owner
CCC-Lubbock, LLC
Contract #
n/a
Name & Location of Project
Capstone Cottages
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electrical
Start & Completion Dates
11/29/16 to 5/11/17
Contract Amount
$28,179.00
Change Orders
$0.00
Contact Name/Telephone #
Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806)775-2572
Names of Supervisor on Job Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher, Vactron
Agency/Owner
Texas Tech University
Contract #
Name & Location of Project
TTU ATC Potholing
Surety Company
n/a
Sub or Prime Contractor
Flintco
Goods/Services Provided
Pothole Utilities
Start & Completion Dates
1/12/16 to 2/1/16
Contract Amount
$29,626.86
Change Orders
$0.00
Contact Name/Telephone #
Matt Dobson, mdobson@flintco.com, (505) 262-1888
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Vactron
Agency/Owner
Lamesa Independent School District
Contract #
#14-018
Name & Location of Project
Lamesa ISD High School Phase 2 Package 2
Surety Company
n/a
Sub or Prime Contractor
Pharr & Company
Goods/Services Provided
Sanitary Sewer
Start & Completion Dates
6/8/15 to 1/11/18
Contract Amount
$224,884.00
Change Orders
$10,900.00
Contact Name/Telephone #
Kenneth Barthold, kbarthold@pharrco.com, (806) 763-5263
Names of Supervisor on Job Site
Rene Hernandez
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Trencher
Page 10 of 10
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
White River Municipal Water District
TWDB Project #62587
White River Municipal Water District - Proposed Well Field,
Arthur J. Gallagher Risk Management Services, Inc.
White River Municipal Water District
Well Field Transmission Line
1/21/15 to 7/3/15
$220,468.00
$2,445.52
Silas Jones (806) 777-9975
Mark Patterson
Bryant Sebastian
Backhoe, Trencher
Texas Tech University
#832
TTU Garrison Lift Station
n/a
Anthony Mechanical, Inc.
Lift Station
3/ 11/ 15 to 8/ 14/ 15
$250,117.00
$0.00
Mike Powell (806) 747-4151
Jayson Norby
Bryant Sebastian
Backhoe, Ditcher
Transmission Main
City of Lubbock
ITB 15-12060-TS
Downtown Redevelopment Phase II Project
Merchants Bonding Co. Mutual
Deerwood Construction, Inc.
Underground Utilities
2/23/15 to 2/15/16
$1,923,249.49
-$27,519.64
Neil Welch, PE, nwelch@mail.ci.lubbock.tx.us, (806) 775-3254
Jayson Norby
Bryant Sebastian
Boring Machine, Backhoe, Ditcher
Frenship Independent School District
1515
Frenship ISD 2014 New Elementary School
n/a - not required
Lee Lewis Construction, Inc.
Site Utilities
9/8/ 15 to 6/6/ 17
$154,024.00
$0.00
Amy Bollinger, Project Manager, abollinger@leelewis.com, 806-797-8400
Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Page 1of11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Snyder Independent School District
# 1509
Snyder ISD New Junior High School
n/a
Lee Lewis Construction, Inc.
Water and Sewer
3/24/15 - to 7/28/15
$ 2 54, 896.00
$9,575.00
Neil Easter (806) 797-8400
Von Kimbrell
Bryant Sebastian
Backhoe, Trencher
Lamesa Independent School District
# 14-018
Lamesa ISD High School Phase 2 Package 2
n/a
Pharr & Company
Sanitary Sewer
6/8/15 to 1/11/18
$ 224,884.00
$10,900.00
Kenneth Barthold, kbarthold@pharrco.com,
Rene Hernandez
Bryant Sebastian
Backhoe, Trencher
Playa Vista
n/a
Playa Vista, Lubbock
n/a
Abe Friesen Construction
Underground Utilities - Water and Sewer
4/11/14 to 1/19/15
$44,484.00
$1,800.00
Abe Friesen (806) 771 0572
Shane Hickman & Von Kimbrell
Bryant Sebastian
Backhoe
Lubbock Christian University
n/a
LCU Margaret Talkington Nurse Center
n/a
Lee Lewis Construction, Inc.
Water and Sewer
1/7/14 to 9/3/15
$241,900.00
$15,161.00
David Coggins, 806-797.8400
Von Kimbrell and Albert Moreno
Bryant Sebastian
Backhoe
(806)763-5263
Page 2 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Covenant Hospital
14017-02600
Community Health Center of Lubbock
n/a
Teinert Commercial Building Services
Site Utilities
8/22/14 to 3/10/16
$95,660.00
$7,216.00
Jacob Kirkland, jacob@teinert.com, 806-744-2801
Von Kimbrell, Mike Norris
Bryant Sebastian
Backhoe
South Plains Food Bank
n/a
South Plains Food Bank
n/a
Pharr & Co.
Site Utilities
7/24/14 to 10/23/15
$192,157.00
-$19,885.40
Jimmy, 806-763-5263
Von Kimbrell, Albert Moreno
Bryant Sebastian
Backhoe
City of Lubbock
11849
16" Water Line Replacement, City of Lubbock
n/a
City of Lubbock
Water
9/11/14 to 6/3/15
$1,322,215.85
$12,611.78
Greg Baier
Shane Hickman, Von Kimbrell, Jayson Norby
Bryant Sebastian
Backhoe, Ditcher, Trencher
Texas Tech University
n/a
TTU Synthetic Turf Intramural Recreational Fields
n/a
J T Vaughn Construction, Inc.
Water, Sewer
10/2/14 to 6/3/15
$102,940.00
-$6,800.00
James Mitchell, 806-368-3497
Jayson Norby
Bryant Sebastian
Backhoe
Page 3 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lamesa Independent School District
n/a
Pre-K Addition, Lamesa ISD
n/a
Pharr & Co
Sewer, Water
12/2/14 to 6/23/15
$90,480.00
$0.00
Gary Stringer, 806-763-5263
Ruben Ponce
Bryant Sebastian
Backhoe
Portofino Apts
n/a
Portofino Apts, Lubbock 79407
n/a
Tigris, LLC
Electrical, Sewer, and Water
8/30/2013 to 4/20/15
$181,066.57
$0.00
Mike Elliot 806-789-7773
Von Kimbrell and Albert Moreno
Bryant Sebastian
Ditcher, Backhoe
City of Lubbock
n/a
Cooper Meadow
n/a
Lubbock Power & Light
Underground Electric for new subdivision
12/4/14 to 1/21/15
$ 38, 49 3.14
$0.00
Cody Kruger
Bryant Sebastian
Albert Moreno, Mike Norris
Backhoe, Vactron
Covenant Medical Center
n/a
Driveway and Entrance, Covenant Medical Center
n/a
McCarthy Building Companies
Site Utilities
4/3/ 15 to 8/6/ 15
$178, 949.00
$ 5 5, 783.00
Eric Sorgen
Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Page 4 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
DBS Kids
15-002-070
DBS Kids, 4322 Justice Avenue, Lubbock, TX 79407
n/a
Pharr & Co.
Municipal Water
9/29/15to 10/7/15
$44,130,00
$0.00
Bob Renne
Von Kimbrell
Bryant Sebastian
Backhoe, Ditcher
Xcel Energy
n/a
Lubbock South Station
n/a
Xcel Energy
Provide topping soil
12/2/14 - 1/26/15
$86,909.02
$0.00
Skip Jenkins, 806-378-2405
Floyd Trucking - subcontracted
Bryant Sebastian
DCI equipment not used
Levelland Independent School District
n/a
Lobo Stadium, 1402 E. Ellis Street, Levelland, TX 79336
Arthur ]. Gallagher Risk Management Service, Inc.
McCutchen Construction
Sewer, and Water
1/29/14 to 4/28/15
$316,414.00
$0.00
Zake McCutchen 806-894-2861
Von Kimbrell and Mike Norris
Bryant Sebastian
Backhoe
SH Lubbock Milwaukee LP
n/a
The Vineyards
n/a
Realtex Construction, LLC
Site Utilities
7/14/15 to 8/2/16
$235,272.00
$ 5, 974.00
Dustin Cloutier, dcioutier@realtexdevelopment.com, 512 466-7353
Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Page 5 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
University Medical Center
n/a
UMC East Parking Lot Expansion
n/a
Advanced Pavement
Site Utilities
9/9/14 to 5/20/15
$176,728.00
$7,010.00
Jessie Garrett, 806-371-7283
Jayson Norby
Bryant Sebastian
Backhoe
Lubbock Independent School District
n/a
LISD Jayne Ann Miller Elementary School, Lubbock, Texas 79413
n/a
Lee Lewis Construction Co., Inc.
Water
10/22/2013 to 5/19/15
$87, 697.00
$23,627.00
Amy Bollinger 806-797-8400
Von Kimbrell
Bryant Sebastian
Ditcher, Backhoe
Texas Tech University Health Sciences Center
n/a
TTUHSC F1 South Parking Lot Expansion
n/a
Vaughn Construction
Underground Utilities
6/24/15 to 8/15/15
$98,136.00
$0.00
James Mitchell, 806-368-3497
Albert Moreno
Bryant Sebastian
Ditcher, Backhoe
The Board of Regents of the Texas Tech University System
#1558
TTU Rawls CoBA, Addition Phase 1 Package 1B
n/a
Lee Lewis Construction, Inc.
Sewer Line
7/31/15 to 8/19/17
$42,000.00
$0.00
David Meadows
Von Kimbrell
Bryant Sebastian
Ditcher, Backhoe
Page 6 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
University Medical Center
n/a
UMC Southwest Cancer Center
n/a
Collier Engineering
Electric, Water and Sewer
8/7/14 to 7/24/15
$95,446.00
$37,364.00
Scott Collier 806-741-1982
Von Kimbrell, Albert Moreno
Bryant Sebastian
Ditcher, Backhoe
Texas Tech University Health Sciences Center
n/a
TTUHSC Water Main Relocation
n/a
J T Vaughn
Site Utilities
7/1/15 to 9/15/15
$225,643.00
$0.00
Kelly Dennard, (806) 368-3497
Albert Moreno
Bryant Sebastian
Ditcher, Backhoe
Lubbock Power and Light
n/a
Federal Building
n/a
Lubbock Power and Light
Electric
7/17/2015 to 9/17/15
$64,375.59
$0.00
Jarrad Huse - 806.775.2558
Rene Hernandez
Bryant Sebastian
Ditcher, Backhoe
City of Lubbock
n/a
Northwest Water Reclamation Plant
n/a
Acme Electric
Backfill and compact
8/20/2015 to 2/16/17
$30,443.80
$0.00
B. Brown, bbrown@acmeeiect.com, (806) 745 7720
Mark Patterson 741-1446
Bryant Sebastian
Water Truck, Skid Steer, Excavator & Trench Roller
Page 7 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
!Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Superv.sor on Job Site
Name of Project Mgr/Safety/quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
City of Lubbock
12522/RFP 15-12522-JM
Fire Station #1, 8" Water Line
Merchants Bonding Company
City of Lubbock
8" Water Line
12/7/15 to 4/8/16
$ 243, 373.00
- $4, 560.86
Josh Kristinek, jkristinekgmail.ci.lubbock.tx.us, (806) 775-3397
Ruben Ponce 782-3057
Bryant Sebastian
Ditcher, Backhoe
City of Lubbock
n/a
Broadway and MLK bore, street lights
n/a
Lubbock Power & Light
Bore for street lights
7/6/13 - 7/13/15
$51,464.78
$0.00
Jarrad Huse - 806.775.2558
Rene Hernandez
Bryant Sebastian
Boring machine, ditcher, backhoe
United Supermarkets
n/a
United Supermarkets on Indiana
n/a
Hugo Reed
Municipal Water
9/8/15 to 10/5/15
$58,124.00
$ 2, 680.00
Von Kimbrell
Bryant Sebastian
Backhoe, Ditcher
Texas Tech University
n/a
TTU Ronald McDonald House
n/a
Anthony Mechanical, 806-747-4151
Sanitary Sewer
11/9/15 to 11/24/15
$ 56,160.00
$0.00
Mike Powell
Rene Hernandez
Bryant Sebastian
Backhoe, Ditcher, Vactron
Page 8 of 11
2015
Agency/Owner
Texas Tech University
Contract #
n/a
Name & Location of Project
TTU New System Office Building, Package
Surety Company
n/a
Sub or Prime Contractor
J T Vaughn Construction
Goods/Services Provided
Site Utilities
Start & Completion Dates
10/14/15 to 10/7/16
Contract Amount
$719,248.00
Change Orders
$0.00
Contact Name/Telephone #
Louis Reger, (713) 984-4038
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Agency/Owner
Texas Tech University Health Sciences Center
Contract #
n/a
Name & Location of Project
TTUHSC General Services Dock
Surety Company
n/a
Sub or Prime Contractor
J T Vaughn Construction
Goods/Services Provided
Sanitary Sewer
Start & Completion Dates
11/6/15 to 6/30/16
Contract Amount
$196,554.00
Change Orders
$0.00
Contact Name/Telephone #
James Mitchell, jmitchell@vaughnconstruction.com, (806)368-3497
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Agency/Owner
LaMancha Investments LTD
Contract #
n/a
Name & Location of Project
Southwest Commercial Park
Surety Company
n/a
Sub or Prime Contractor
LaMancha Investments LTD c/o Hugo Reed
Goods/Services Provided
Sanitary Sewer
Start & Completion Dates
10/26/15 to 2/15/16
Contract Amount
$212,908.00
Change Orders
$6,900.00
Contact Name/Telephone #
Greg Nauert, gnauert@hugoreed.com, (806) 763-5642
Names of Supervisor on Job Site
Rene Hernandez, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher, Vactron
Agency/Owner
Spur Independent School District
Contract #
Name & Location of Project
Spur ISD Concessions and Restrooms
Surety Company
Sub or Prime Contractor
Collier Construction Company
Goods/Services Provided
Municipal Water and Sanitary Sewer
Start & Completion Dates
3/8/16 to 12/2/16
Contract Amount
$109,000,00
Change Orders
$0.00
Contact Name/Telephone #
Shanon Hays, shannon@colliertx.com, (806)741-1982
Names of Supervisor on Job Site
Mark Patterson
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe, Ditcher
Page 9 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Bolton Oil Company
n/a
Tract G, Justin Bolton Addition
n/a
Bolton Oil Company c/o Hugo Reed
Municipal Water
2/2/16 to 2/18/16
$25,517.50
$0.00
Jason Swoffard, jswoffard@hugoreed, com, 806-763-5642
Jayson Norby, Shane Hickman
Bryant Sebastian
Backhoe, Ditcher
Texas Tech University
TTU HSC East Parking Lot Expansion
J T Vaughn Construction, Inc.
Sewer, Water
10/ 16/ 14 to 10/20/ 15
$69, 526.00
$7, 206.00
James Mitchell, 806-368-3497
Jayson Norby
Bryant Sebastian
Backhoe
Texas Tech University, Athletics Department
n/a
TTU Athletic Training Center, Potholing
n/a
Flintco
Potholing Utilities
10/20/15 - 2/1/16
$ 52,722.65
$0.00
Rene Hernandez, Jayson Norby
Bryant Sebastian
Vactron
State of Texas
n/a
Lubbock State School - Bore
n/a
Acme Electric
Bore
12/8/15 - 12/11/15
$ 38,860.00
$0.00
Barry Brown - 806-745-7720
Rene Hernandez
Bryant Sebastian
Boring Machine
Page 10 of 11
2015
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mqr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Raycom Media
n/a
KCBD Bore
n/a
AMCO Electric
Bore
11-3-15 to 2-3-16
$29,450.00
$0.00
Rex Barbour 806-765-8557
Rene Hernandez
Bryant Sebastian
Boring Machine, Vactron
City of Lubbock
n/a
Downtown Redevelopment
n/a
Lubbock Power & Light
Electric
10/29/15 to 4/23/16
$46,001.27
$0.00
Jarrod Huse - 806-775-2558
Jayson Norby
Bryant Sebastian
Backhoe, Ditcher, Vactron
Page 11 of 11
2014
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Playa Vista
Playa Vista, 82nd Street and Oakridge, Lubbock
Abe Friesen Construction
Underground Utilities - Water and Sewer
4/11/14 to 1/19/15
$44,484.00
$7,597.24
Abe Friesen (806) 771-0572
Shane Hickman & Von Kimbrell
Bryant Sebastian
Backhoe
19th & Peoria Ave
19th & Peoria Ave, Lubbock TX 79423
Not Required
Collier Engineering
Storm Sewer Relocation
3/28/ 14 to 5/ 19/ 14
$68, 286.00
$6,368.00
Scott Collier 806-741-1982
Von Kimbrell
Bryant Sebastian
Backhoe
Inland Truck Parts
Inland Truck Parts, 109 E. Slaton Rd, Lubbock, TX 79404
Collier Engineering
Underground Utilities
4/ 14/ 14 to 9/ 10/ 14
$180,191.00
Hans Hanson 806-741-1982
Shane Hickman
Bryant Sebastian
Backhoe
City of Levelland
Oxy Sports Complex
Not Required
Lee Lewis Construction, Inc.
Sewer, and Water
1/7/2014 - 12/17/14
$276,773.00
$4,437.00
Devin Sherman, 806-797-8400
Mike Taylor and Albert Moreno
Bryant Sebastian
Backhoe
Page 1 of 9
2014
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Levelland Independent School District
Lobo Stadium, 1402 E. Ellis Street, Levelland, TX 79336
Arthur J. Gallagher Risk Management Service, Inc.
McCutchin Construction
Sewer, and Water
1/29/14 to 4/28/15
$316,414.00
N/A
Zake McCutchin 806-894-2861
Von Kimbrell and Mike Norris
Bryant Sebastian
Backhoe
City of Lamesa
Project #01.2507-13
City of Lamesa, Water and Sewer Improvements
Bond No, TXC 605467 - Arthur J. Gallagher Risk Management Services, Inc.
Parkhill, Smith & Cooper
Sewer and Water
5/22/14 to 8/4/14
$ 296,838.50
$18, 000.00
Leonard Nail - 806-241-7126 (cell), 806-473-3536 (office)
Shane Hickman
Bryant Sebastian
Backhoe
University Medical Center
UMC East Parking Lot Expansion
Advanced Pavement
Site Utilities
9/9/14 to 5/20/15
$176, 7 28.00
Jessie Garrett, 806-371-7283
Jayson Norby
Bryant Sebastian
Backhoe
Atmos Energy
Project #21000883
Atmos Energy Service Center, 6606 - 66th Street, Lubbock, TX
Bid Bond not required - Maintenance Bond #TXC605471
Structure Tone Southwest
Municipal Water and Sanitary Sewer
7/8/14 to 11/19/14
$ 70, 830.00
Steve Lawrence 214-520-3533 - office, Vernon Turner 214-878-4549 cell
Albert Moreno and Mike Norris
Bryant Sebastian
Backhoe
Page 2 of 9
2014
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Qua'ity
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lubbock Christian University
LCU Margaret Talkington Nurse Center
N/A
Lee Lewis Construction, Inc.
Water and Sewer
1/7/14 to 2/10/15
$241,900.00
$15,161.00
David Coggins, 806 797-8400
Von Kimbrell and Albert Moreno
Bryant Sebastian
Backhoe
Covenant Hospital
14017-02600
Community Health Center of Lubbock
n/a
Teinert Commercial Building Services
Site Utilities
8/22/14to 3/10/16
$95,660.00
$7,216,00
Jacob Kirkland, jacob@teinert.com, 806-744-2801
Von Kimbrell, Mike Norris
Bryant Sebastian
Backhoe
South Plains Food Bank
South Plains Food Bank
Pharr & Co.
Site Utilities
7/24/14 to 5/27/15
$192,157.00
Jimmy, 806-763-5263
Von Kimbrell, Albert Moreno
Bryant Sebastian
Backhoe
City of Lubbock
11849
16" Water Line Replacement, City of Lubbock
Deerwood Construction, Inc.
Water
9/11/14 to 6/3/15
$1, 203, 304.20
Greg Baier
Shane Hickman, Von Kimbrell, Jayson Norby
Bryant Sebastian
Backhoe
Page 3 of 9
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
2014
Texas Tech University
TTU Park & Ride
CC Electric
Electric
7/25/14 - 8/19/14
$42, 204.00
Pete Kuhn, 806-745-1345
Mike Norris and Shane Hickman
Bryant Sebastian
Backhoe
University Medical Center
UMC Southwest Cancer Center
Collier Engineering
Electric, Water and Sewer
8/7/14 to 7/24/15
$95,446.00
$37,364.00
Scott Collier 806-741-1982
Von Kimbrell, Albert Moreno
Bryant Sebastian
Backhoe
Texas Tech University
TTU Synthetic Turf Intramural Recreational Fields
J T Vaughn Construction, Inc.
Water, Sewer
10/2/14 to 6/3/15
102,940.00
-6800.00
James Mitchell, 806-368-3497
Jayson Norby
Bryant Sebastian
Backhoe
Texas Tech University
TTU HSC East Parking Lot Expansion
J T Vaughn Construction, Inc.
Sewer, Water
10/16/14to 10/20/15
$69, 526.00
$ 7, 206.00
James Mitchell, 806-368-3497
Jayson Norby
Bryant Sebastian
Backhoe
Page 4of9
2014
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lakeridge Country Club
Lakeridge Golf Course
Landscapes Unlimited
Bore
10/3/14 to 11/3/14
$41,117.78
Chris White, 402-423-6653
Mike Norris
Bryant Sebastian
Boring Machine
Lamesa Independent School District
Pre-K Addition, Lamesa ISD
Pharr & Co
Sewer, Water
12/2/14 to 6/23/15
$90,480.00
Gary Stringer, 806-763-5263
Ruben Ponce
Bryant Sebastian
Backhoe
Alderson Cadillac
Alderson Cadillac
Temple Electric
Electric
9/15/14 to 10/3/14
$53,264.41
Zay Becknal, 806-548-2773
Mike Norris
Bryant Sebastian
Backhoe
Texas Department of Transportation
1065-0008-65
US 62/82 & Milwaukee Avenue
Haydon Building Corp
Bore
6/16/14 - 6/25/14
$ 50, 000.00
$2, 700.00
John Theiler, 505-220-0115
Von Kimbrell
Bryant Sebastian
Boring Machine, Backhoe
Page 5 of 9
2014
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lubbock Independent School District
LISD Jayne Ann Miller Elementary School 6705 Joliet Drive, Lubbock, Texas 79413
Lee Lewis Construction, Inc.
Water
10/22/2013 to 5/19/15
$87,697.00
$27,865.00
Amy Soilinger 806-797-8400
Von Kimbrell
Bryant Sebastian
Servco
SERVCO Company 2700 East 66th St, Lubbock, TX 79404
Lee Lewis Construction Co., Inc.:Servco
Sewer, and Water
10/7/2013 to 7/11/14
$190,980.00
$17, 578.00
David Reyes 806-831-8678
Albert Moreno
Bryant Sebastian
West End
Cabela's West End Municipal Utilities 34th & W Loop 289, Lubbock, TX 79423
Lee Lewis Construcion Co., Inc.
Sewer, and Water
10/23/13 to 4/14/14
$232,262.00
N/A
Josh Weems 806-797-8400 and John Chappell 806-548-0156
Mike Taylor
Bryant Sebastian
West End
Cabela's West End Site Package 34th & W Loop 289, Lubbock, TX 79423
Lee Lewis Construcion Co., Inc.
Hauling, Sewer, and Water
10/07/13 to 3/20/14
$160,120.00
N/A
Josh Weems 806-797-8400 and John Chappell 806-548-0156
Mike Taylor and Mike Norris
Bryant Sebastian
Page 6 of 9
2014
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lamesa Independent School District
Lamesa HS Cafeteria 600 North 14th St, Lamesa, TX 79331
Pharr & Co
Sewer, and Water
07/25/13 to 3/19/14
$112, 868.00
$1,260.00
Gary Stringer 806-763 5263
Shane Hickman
Bryant Sebastian
Elm Park
Tigris, LLC Elm Park Addition, Lubbock, TX 79415
Tigris, LLC
Sewer, and Water
W/E 03/20/13 to 1/13/14
$504,379.83
$21,305.99
Mitch Elliott 806-687-8888
Von Kimbrell and Mike Taylor
Bryant Sebastian
City of Lubbock
Cooper Meadow
n/a
Lubbock Power & Light
Underground Electric for new subdivision
12/4/14 to 1/21/15
$ 38, 493.14
Cody Kruger
Bryant Sebastian
Albert Moreno, Mike Norris
Backhoe, Vactron
City of Lubbock
Fox Ridge
n/a
Lubbock Power & Light
Underground Electric for new subdivision
10/29/14 - 12/3/14
$56,702,18
Cody Kruger
Bryant Sebastian
Albert Moreno
Backhoe, Vactron
Page 7 of 9
2014
Agency/Owner
Archer Daniel Midlands
Contract #
Name & Location of Project
ADM - Southern Cotton Oil
Surety Company
Sub or Prime Contractor
Archer Daniel Midlands
Goods/Services Provided
Site Utilities
Start & Completion Dates
4/16/14 - 5/2/14
Contract Amount
$25,418.76
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Mike Norris
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe
Agency/Owner
Texas Tech University
Contract #
Name & Location of Project
TTU Petroleum Engineering Building
Surety Company
Sub or Prime Contractor
J T Vaughn Construction
Goods/Services Provided
Site Utilities
Start & Completion Dates
1/2/13 - 3/20/14
Contract Amount
$492,827.00
Change Orders
$46,463.00
Contact Name/Telephone #
Names of Supervisor on Job Site
Von Kimbrell, Mike Taylor, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe
Agency/Owner
City of Lubbock
Contract #
Name & Location of Project
Cooper Ridge
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Underground Electric for new subdivision
Start & Completion Dates
4/2/14 - 4/21/14
Contract Amount
$59,940.75
Change Orders
Contact Name/Telephone #
Cody Kruger
Names of Supervisor on Job Site
Bryant Sebastian
Name of Project Mgr/Safety/Quality
Shane Hickman, Albert Moreno
Type of Equipment Used
Backhoe, Vactron
Agency/Owner
City of Lubbock
Contract #
Name & Location of Project
Oakmont Estates
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Underground Electric for new subdivision
Start & Completion Dates
5/20/14 - 7/3/14
Contract Amount
$34,262.50
Change Orders
Contact Name/Telephone #
Cody Kruger
Names of Supervisor on Job Site
Bryant Sebastian
Name of Project Mgr/Safety/Quality
Mike Norris
Type of Equipment Used
Backhoe, Vactron
Page 8 of 9
2014
Agency/Owner
Xcel Energy
Contract #
Name & Location of Project
Lubbock South Station
Surety Company
n/a
Sub or Prime Contractor
Xcel Energy
Goods/Services Provided
Provide topping soil
Start & Completion Dates
12/2/14 - 1/26/15
Contract Amount
$86,909.02
Change Orders
Contact Name/Telephone #
Skip Jenkins, 806-378-2405
Names of Supervisor on Job Site
Floyd Trucking subcontracted
Name of Project Mgr/Safety/Qua ity
Bryant Sebastian
Type of Equipment Used
Agency/Owner
City of Lubbock
Contract #
Name & Location of Project
Texas Tech University Park & Ride
Surety Company
n/a
Sub or Prime Contractor
Lubbock Power & Light
Goods/Services Provided
Electric
Start & Completion Dates
7/25/14 - 8/20/14
Contract Amount
$31,799.74
Change Orders
Contact Name/Telephone #
Guy Yarborough
Names of Supervisor on Job Site
Mike Norris, Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Backhoe
Agency/Owner
Xcel Energy
Contract #
Name & Location of Project
Topping Rock for Swisher County Substation
Surety Company
n/a
Sub or Prime Contractor
Xcel Energy
Goods/Services Provided
Provide topping soil
Start & Completion Dates
10/21/2014
Contract Amount
$28,358.44
Change Orders
Contact Name/Telephone #
Skip Jenkins, 806-378-2405
Names of Supervisor on Job Site
Floyd Trucking subcontracted
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Agency/Owner
Xcel Energy
Contract #
Name & Location of Project
Lynn County Sub Station
Surety Company
n/a
Sub or Prime Contractor
Xcel Energy
Goods/Services Provided
Provide topping soil
Start & Completion Dates
7/9/14 7/11/14
Contract Amount
$25,221,33
Change Orders
Contact Name/Telephone #
Skip Jenkins, 806-378-2405
Names of Supervisor on Job Site
Floyd Trucking subcontracted
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Page 9 of 9
2013
Agency/Owner
Southern Cotton Oil
Contract #
Name & Location of Project
Southern Cotton Oil, 2300 E. 50th St, Lubbock, TX 79404
Surety Company
Not Required
Sub or Prime Contractor
Archer Daniel Midland
Goods/Services Provided
Bore and Install Pape
Start & Completion Dates
12/18/2013 to 12/30/13
Contract Amount
$22,095.85
Change Orders
$3,322.91
Contact Name/Telephone #
Matt Gittings 806-723-5129
Names of Supervisor on Job Site
Mike Norris
Name of Project MgOSafety/Quality
Bryant Sebastian
Type of Equipment Used
Agency/Owner
Texas Department of Crimal Justice
Contract #
Name & Location of Project
Montford Unit Olive Ave FM 3431 & Slaton HWY 84, Lubbock, TX
Surety Company
Sub or Prime Contractor
Bright Star Electric
Goods/Services Provided
Electrical
Start & Completion Dates
12/12/12 to 2/5/13
Contract Amount
$28,000.00
Change Orders
N/A
Contact Name/Telephone #
Martin 806-281-3603
Names of Supervisor on Job Site
Brady Armes
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Agency/Owner
City of Abernathy
Contract #
Name & Location of Project
Parkview Addition 12th and Ave N Abernathy, Texas
Surety Company
Merchants Bonding Company (Mutual)
Sub or Prime Contractor
Carthel Engineering
Goods/Services Provided
Sewer
Start & Completion Dates
7/16/2013 TO 09/19/2013
Contract Amount
$96,913.00
Change Orders
N/A
Contact Name/Telephone #
Ches Carthel 806-787-3449
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Agency/Owner
City of Post: Water System Replacement
Contract #
Name & Location of Project
City of Post Sandy Creek Crossing, Post, TX 79356
Surety Company
Merchants Bonding Company (Mutual)
Sub or Prime Contractor
Deerwood Construction, Inc.
Goods/Services Provided
Water System Replaced
Start & Completion Dates
1-26-13 to 3/1/13
Contract Amount
$79,883,50
Change Orders
$310.00
Contact Name/Telephone #
Oscar 806-353-7233
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
--�
�,hr
Page 1 of 7
2013
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Helker & Crawford Constructors, LP:CVS #04783
CVS Pharmacy #04783 608 N. Slide Rd, Lubbock, Texas 79416
Deerwood Construction, Inc.
Hauling, Sewer, and Water
7/24/2013 TO 10/18/2013
$173,000.00
$12,662.00
Scott Berger 214-222-0063
Von Kimbrell
Bryant Sebastian
Texas Tech University
TTU Jones Stadium Lubbock, Texas
J T Vaughn Construction
Electrical, Sewer, and Water
4/23/13 to 12/3/13
$419,392,00
$36,986.00
farad Schmidt 806-368-3497 x4232
Von Kimbrell
Bryant Sebastian
Texas Department of Public Safety
DPS Facility 1404 Lubbock Business Park Blvd, Lubbock, TX 79403
Lee Lewis Construction Co., Inc
Sewer, and Water
2-15-12 to 5-14-13
$172,352.00
$118,189.00
Chad Henthorn 806-747-3986
Mike Taylor
Bryant Sebastian
Lee Lewis Construction co., Inc.:Lowery Field Improvements
LLCI Lowery Field Improvements 68th St and Ave P, Lubbock, Texas
Lee Lewis Construction co., Inc.:Lowery Field Improvements
Gas, Sewer, and Water
4-30-12to 10-16-13
$476,826.00
$28,468.00
3acob Kirkland 806-797-8400
Mike Taylor
Bryant Sebastian
Page 2 of 7
2013
Agency/Owner
Lee Lewis Construction, Inc. - Plains ISD
Contract #
Name & Location of Project
Plains High School, Plains TX
Surety Company
Sub or Prime Contractor
Lee Lewis Construction, Inc.
Goods/Services Provided
Install sewer and water
Start & Completion Dates
we 6/24/11 to 7/10/13
Contract Amount
$106,500.00
Change Orders
$20,316.00
Contact Name/Telephone #
Chad Henthorn 806-797-8400
Names of Supervisor on lob Site
Mark Patterson-50% time devoted
Name of Project Mgr/Safety/Quality
Mark Patterson
Type of Equipment Used
Backhoes, excavator, dump truck
Agency/Owner
Lee Lewis Construcion Co., Inc.:Shallowater ISD Football Field
Contract #
Name & Location of Project
Shallowater ISD 1100 Avenue K, Shallowater, TX 79363
Surety Company
Sub or Prime Contractor
Deerwood Construction, Inc.
Goods/Services Provided
Electrical, Sewer, and Water
Start & Completion Dates
05/22/13 to 08/08/13
Contract Amount
$54,865.00
Change Orders
$3,200.00
Contact Name/Telephone #
Gary Missersmith Fax# 806-797-8492
Names of Supervisor on Job Site
Von Kimbrell and Albert Moreno
Name of Project Mgr/Safety/quality
Bryant Sebastian
Type of Equipment Used
Agency/Owner
Lubbock Commercial Building, Inc.:The Grove
Contract #
Name & Location of Project
Lubbock Commercial Building, Inc.:The Grove, Memphis 107th and 110th St
Surety Company
Sub or Prime Contractor
Deerwood Construction, Inc.
Goods/Services Provided
Sewer, and Water
Start & Completion Dates
2/27/13 to 8-23-13
Contract Amount
$29,228.00
Change Orders
N/A
Contact Name/Telephone #
Lee Lewis Construction 806-797-8400
Names of Supervisor on Job Site
Von Kimbrell
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Agency/Owner
Lubbock Power & Light:COSTCO
Contract #
Name & Location of Project
LP&L COSTCO 6020-34th & Loop 289, Lubbock, TX
Surety Company
Not Required
Sub or Prime Contractor
Deerwood Construction, Inc.
Goods/Services Provided
Electrical
Start & Completion Dates
09/04/2013 to 10/01/2013
Contract Amount
$31,295.00
Change Orders
N/A
Contact Name/Telephone #
Guy Yarborough 806-790-7243
Names of Supervisor on lob Site
Shane Hickman
Name of Project Mgr/Safety/Quality
Bryant Sebastian
Type of Equipment Used
Page 3 of 7
2013
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Sate
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quallty
Type of Equipment Used
Lubbock Power & Light:NL 289 Trench/Bore
LP&L Trench/Bore NL 289, Lubbock, TX
Merchants Bonding Company (Mutual)
Deerwood Construction, Inc.
Electrical
12-18-12 to 2 22 13
$95,894.75
N/A
Lee Roy Martinez 806-775-2695
Albert Moreno
Bryant Sebastian
Lubbock Power & Light: Portofino Apts
LP&L Portofino Apts 6610 34th St. Lubbock, Texas
Deerwood Construction, Inc.
Electrical
11/18/2013 to 12/11/2013
$34,970.00
N/A
Guy Yarborough 806-790-7243
Von Kimbrell
Bryant Sebastian
Lubbock Power & Light:Ravenwood
LP&L Reserve at Ravenwood, 4200 105th St, Lubbock, TX
Merchants Bonding Company (Mutual)
Deerwood Construction, Inc.
Electrical
05/02/13 to 07/12/2013
$77,505.00
N/A
Guy Yarborough 806-790 7243
Shane Hickman
Bryant Sebastian
Park 7 Group:The Avenue of LBK Apts
Park 7 Group:The Avenue of LSK Apts, 1212 North Quaker Ave, Lubbock
Deerwood Construction, Inc.
Electrical, Telecommunications
1-14-13 to 7-9-13
$75,000.00
$25,828.30
Steve Hunt 806-368-7955
Von Kimbrell and Albert Moreno
Bryant Sebastian
Page 4 of 7
2013
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lubbock ISD
LHS Cafeteria Addition
N/A
Pharr & Company
Install underground utilities
6/28/12 to 9/5/13
$ 234, 614.00
$14,622.00
Gary Stringer
Bryant Sebastian-10% time devoted/Albert Moreno-80% time devoted
Bryant Sebastian
Backhoe, mini excavator
Tao Development: Wildcat Estates, Idalou, TX
Tao Development: Wildcat Estates Lots 1-16, Idalou, TX
Deerwood Construction, Inc.
Sewer, and Water
08/21/ 13 to 10/01/ 13
$149,963.57
N/A
Zach Sawyer 806-786-4947
Von Kimbrell
Bryant Sebastian
Western Builders of Amarillo, Inc.:Abernathy ISD Elementary, Phase 3
WBA,Inc. Abernathy ISD Elementary, 505 7th St, Abernathy, TX 79311
Deerwood Construction, Inc.
Sewer, and Water
03/18/13 to 08/21/13
$121,552.00
$13,923.50
Jared Davis 806-376-4321
Von Kimbrell and Mike Taylor
Bryant Sebastian
Lee Lewis Construction Co., Inc.:Jayne Ann Miller Elementary
LISD Jayne Ann Miller Elementary School 6705 Joliet Drive, Lubbock, Texas
Deerwood Construction, Inc.
Water
10/22/2013 to 5/19/15
$87,697.00
$23,627.00
Amy Bollinger 806-797-8400
Von Kimbrell
Bryant Sebastian
Page 5 of 7
2013
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Lee Lewis Construction Co., Inc.:Servco
SERVCO Company 2700 East 66th St, Lubbock, TX 79404
Deerwood Construction, Inc.
Sewer, and Water
10/7/2013 to 7/11/14
$190,980.00
$17, 578.00
David Reyes 806-831-8678
Albert Moreno
Bryant Sebastian
Lee Lewis Construcion Co., Inc.:West End Municipal Utilities
Cabela's West End Municipal Utilities 34th & W Loop 289, Lubbock, TX 79423
Deerwood Construction, Inc.
Sewer, and Water
10/23/13 to 4/14/14
$232,262.00
N/A
Josh Weems 806-797-8400 and John Chappell 806-548-0156
Mike Taylor
Bryant Sebastian
Lee Lewis Construcion Co., Inc.: West End Site Package
Cabela's West End Site Package 34th & W Loop 289, Lubbock, TX 79423
Deerwood Construction, Inc.
Hauling, Sewer, and Water
10/07/13 to 3/20/14
$160,120.00
$31,072.00
Josh Weems 806-797-8400 and John Chappell 806-548-0156
Mike Taylor and Mike Norris
Bryant Sebastian
Pharr & Company: Lamesa High School Cafeteria
Lamesa HS Cafeteria 600 North 14th St, Lamesa, TX 79331
Deerwood Construction, Inc.
Sewer, and Water
07/25/13 to 3/19/14
$112, 868.00
$1, 260.00
Gary Stringer 806-763-5263
Shane Hickman
Bryant Sebastian
Page 6 of 7
2013
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Agency/Owner
Contract #
Name & Location of Project
Surety Company
Sub or Prime Contractor
Goods/Services Provided
Start & Completion Dates
Contract Amount
Change Orders
Contact Name/Telephone #
Names of Supervisor on Job Site
Name of Project Mgr/Safety/Quality
Type of Equipment Used
Tigris, LLC:Elm Park - Contract
Tigris, LLC Elm Park Addition, Lubbock, TX 79415
Deerwood Construction, Inc.
Sewer, and Water
W/E 03/20/13 to 1/13/14
$ 504, 379.83
$21,305.99
Mitch Elliott 806-687-8888
Von Kimbrell and Mike Taylor
Bryant Sebastian
Tigris, LLC:Portofino Apts
Portofino Apts 6610 34th St Lubbock 79407
N/A
Deerwood Construction, Inc.
Electrical, Sewer, and Water
8/30/2013 to 4/20/15
$181,066.57
N/A
Mike Elliot 806-789-7773
Von Kimbrell and Albert Moreno
Bryant Sebastian
Texas Tech University
TTU Petroleum Engineering Building
J T Vaughn
Site Utilities
1/2/13 - 3/20/14
$492,827.00
$46,463.00
Von Kimbrell, Mike Taylor, Shane Hickman
Bryant Sebastian
Backhoe
Lubbock Independent School District
Lowrey Field
Lee Lewis Construction, Inc.
Site Utilities
1/2/13 to 10/16/13
$476,826.00
$29, 502.76
Mike Taylor, Von Kimbrell
Bryant Sebastian
Backhoe
Page 7of7
City of Lubbock, TX
Purchasing and Contract Management
Similar Projects and Reference Form
Please list three references of current customers who can verify the quality of service your company
provides. The City prefers customers of similar size and scope of work. Please do not use the City of
Lubbock.
REFERENCE ONE
W efe r
Company Name: �i U l%l
Address: i •J� V rQ�t
Contact Person and Title: 00
Phone: �� Email:
Similar Project: Year
REFERENCE TWO
Company Name: /l_t 4169�
Address: _ AW40,4
Contact Person and Title: �Vd4v �Az,,P;r
'hone:
r
�CImilar Project:
REFERENCE THREE
Company Name: D
Address: ;x5 / 1 L M %U t�
h
Contact Person and Title:
Phone: Email. l°
Similar Project: Year
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.
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.
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
three (3) 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 NOX
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.
UESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
,,uch firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO 1
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 .uch conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any,
and penalty assessed.
UESTION THREE
Has the offeror, or the 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.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentation,, 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.
og/v-' -' itZ6��
ignature
WORKERS COMPENSATION EXPERIENCE RATING
ONCri Risk
Name: DEERWOOD CONSTRUCTION 1NC
Risk ID: 420552750
Rating Effective Date: 12/31/2022 Production Date: 07/29/2022 State: TEXAS
State
11�
ku
!
'
peCtsd I
'
W. Prim
Act Exc Losses
I
Ballast
Act Inc Losses
Act Prim
lmHO
I sfts
Losses
Losses
Tx -A
.08
14,92
22,244
7,321
01
24,6251
23,920
23,920
(A)
(B
[C
�i� �
}f () Exp Prim
(f) Act Exc
(G) Ballast
(Hj Act Inc
(I) Act Prim71
VYt
IL .
esI
e� Losses
Losses (H -1)
Losses
Losses
I.081
I
14,923I_ 22,2441 7,3211
01
24,6251
23,6741
23,674I
s {
Stablllzing Value
Ratable Excess
Totals
f
r t
(I)
C'(1-A)+G
(A)"(F)
W)
Actual
23,674
38,354
0
62,028
(E)
C ' (1 - A) + G
(A) " (C)
(K)
Expected
7,321
38,354
1,194
46,869
( I
FLARAP
SARAP
MAARAP
Exp Mod
(J)1 (K)
Factors
1.32
RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS
DOLLARS WHERE
ERA IS APPLIED.
® Copyright 1993.2023, All rights reserved, This product is comprised of compilations and information which are the proprietary anti exclusive property of the National Council on Compensalion Insurance,
Inc, (NCCQ. No further use, dissemination, sale, transfer, assignment of disposition of this product, in whole or in pan. may ba made without the prior written consent of NCCI. This product is furnished 'As is
As available* With all defects and includes information available at the lime of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly
disclaims any and all express. statutory, or implied warranties, including the implied warranty of merchantability, fitness for a panicutar purpose, accuracy, completeness, currentness. or correctness of the
product or information contained therein. This product and the information contained therein are to be used exclusively for underwnhng, premium calculation and other Insurance purposes and may not he
used for any other purpose including but not limited to salety scoring for project bidding purposes. All responsibility for the use of and for any and all results denied or obtauned through the use of the product
and information are the end user's and NCCI shall not have any liability thereto.
Page 1 of 3
Page Intentionally Left Blank
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
being first duly sworn, on his "her oath, says that the
bid ove 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; ands "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. I
Firm n
Nat e
A
Si toe
Ire, 5 1 � eA
Title
Subscribed and sworn to before me this day of� ft1 OCQ t
Notary P�lic
My Commission Expires: r ..
4
TRACY BLACK
NOTARY PUBLIC
* STATE OF TEXAS
My COMM- Expirit es 0 28-2024
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION
Page Intentionally Left Blank
I.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
W.
15.
16.
PROPOSED LIST OF SUB -CONTRACTORS
Company Na Location Services Provided
— b � — _ —
Minority Owned
Yes No
❑ ❑
❑ ❑
Cl ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
De- P_ r W 6 b1)6-frvctlen r7 L4.
(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
Cbm :ally Name Location
-11
1.
2.
3.
4.
S.
6.
7.
S.
9.
10.
IL
12.
13.
14.
15.
16.
Services Provided
SUBMITTED BY:
Dcrwood Construction InC.
(PRINT NAME OF COMPANY)
Minority Owned
Yes No
0 ❑
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Deerwood Construction, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Eight Hundred Fifteen Thousand Four Hundred Thirty -Three Dollars
and Ninety -Six Cents ($815,433.96) lawful money of the United States for the payment whereof, the said
Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 10" day of
October, 2023, to ITB 23-17579-TF Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2023.
Surety
*By
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
PERFORMANCE BOND
Pate Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Deerwood Construction, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Eight Hundred Fifteen Thousand Four Hundred Thirty -Three Dollars
and Ninety -Six Cents ($815,433.96) lawful money of the United States for the payment whereof, the said
Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 10" day of
October, 2023, to ITB 23-17579-TF Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
and said principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of , 2023.
Surety
* By
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate,
insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions
of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
LJ Commercial General Liability
General Aggregate $
LJ Claims Made
Products-Comp/Op AGG $
LJ Occurrence
Personal & Adv. Injury $
LJ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
LJ Any Auto
Combined Single Limit $
LJ All Owned Autos
Bodily Injury (Per Person) $
LJ Scheduled Autos
Bodily Injury (Per Accident) $
LJ Hired Autos
Property Damage $
LJ Non -Owned Autos
LJ
GARAGE LIABILITY
LJ Any Auto
Auto Only - Each Accident $
LJ
Other than Auto Only:
Each Accident $
Aggregate $
LJ BUILDER'S RISK
LJ 100% of the Total Contract Price
$
LJ INSTALLATIONELOATER
$
EXCESS LIABILITY
LJ Umbrella Form
Each Occurrence $
Aggregate $
LJ Other Than Umbrella Form
$
WORKERS COMPENSATIONAND
EMPLOYERS' LIABILITY
The Proprietor/ LJ Included
Statutory Limits
Partners/Executive LJ 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)
ma
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
(n) 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.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
Contract 17579
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this loth day of October, 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 Deerwood Construction, Inc. of the City of Lubbock, County of Lubbock and
the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
ITB 23-17579-TF Water Lines Ahead of Paving — Milwaukee Ave 4th To Erskine
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. Deerwood Construction, Inc.'s bid dated September 26, 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 bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
Deerwood Construction, Inc.
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Deerwood Construction, Inc.
PO Box 3009
Lubbock, TX 79452
ATTEST:
Corporate Secretary
By:
Tray Payne, Mayor
ATTEST:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
Public Works Representative
Name (Printed) Date
APPROVED AS TO FORM:
Kelli Leisure, Senior Assistant City Attorney
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring
to the City of Lubbock, Texas.
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 Deerwood Construction, Inc. who has agreed to
perform the work embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be
understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City
Eneineer/Capital Projects & Design, so designated who will inspect constructions; or to such other
representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner
to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the
Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor
or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders,
Response, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement,
Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all
other documents made available to Bidder for inspection in accordance with the Notice to Bidders.
The above described materials are sometimes referred to herein as the "contract" or "contract
documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary,"
"Prescribed," or words of like import are used, it shall be understood that the direction, requirement,
permission, order, designation or prescription of the Owner's Representative is intended; and
similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean
approved by or acceptable or satisfactory to the Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the
Contractor for performance of work on the project contemplated by these contract documents.
Owner shall have no responsibility to any Subcontractor employed by Contractor for performance
of work on the project contemplated by these contract documents, but said Subcontractors 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).
7. 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.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work
and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's
Representative will check the Contractor's layout of all major structures and any other layout work
done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the
responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished five 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
22
23
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.
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.
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. hi case the Owner shall make such changes or alterations as shall
make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for actual expenses
incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that
may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish
any change, alteration or addition to the work as shown on the plans and specifications or contract
documents and not covered by Contractor's proposal, except as provided under Changes and
Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's
Representative when presented with a written work order signed by the Owner's Representative;
subject, however, to the right of the Contractor to require written confirmation of such extra work
order by the Owner. It is also agreed that the compensation to be paid to the Contractor for
performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1)
actual field cost of the extra work, plus fifteen (15%) percent to the firm
actually performing the work, and additional higher -tier markups limited to
5% to cover additional overhead and insurance costs; or (2) the amount that
would have been charged by a reasonable and prudent Contractor as a
reasonable and necessary cost for performance of the extra work, as estimated
by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of
this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all
workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks,
rentals on machinery and equipment, for the time actually employed or used on such extra work,
plus actual transportation charges necessarily incurred, together with all expenses incurred directly
on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds,
Public Liability and Property Damage and Workers' Compensation and all other insurances as may
be required by law or ordinances or directed by the Owner or Owner's Representative, or by them
agreed to. Owner's Representative may direct the form in which accounts of the actual field cost
shall be kept and records of these accounts shall be made available to the Owner's Representative.
The Owner's Representative may also specify in writing, before the work commences, the method
of doing the work and the type and kind of machinery and equipment to be used; otherwise, these
matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use
of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the
latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and
equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and
expense not embraced within the actual field cost as herein defined, save that where the Contractor's
Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to
maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's
Representative. In case any orders or instructions appear to the Contractor to involve extra work for
which Contractor should receive compensation or an adjustment in the construction time, Contractor
shall prior to commencement of such extra work, make written request to the Owner's Representative
for a written order authorizing such extra work. Should a difference of opinion arise as to what does
or does not constitute extra work or as to the payment therefore, and the Owner's Representative
insists upon its performance, the Contractor shall proceed with the work after making written request
for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the
commencement of any extra work, any claim for payment due to alleged extra work shall be deemed
waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the
proposal, the specifications, plans and other contract documents, is to be done for the prices quoted
by the Contractor and that such price shall include all appurtenances necessary to complete the work
in accordance with the intent of these contract documents as interpreted by Owner's Representative.
Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Owners' Representative and a clarification obtained before the proposals
are received, and if no such notice is received by the Owner's Representative prior to the
opening of proposals, then it shall be deemed that the Contractor fully understands the work
to be included and has provided sufficient sums in its proposal to complete the work in
accordance with these plans and specifications. If Contractor does not notify Owner's
Representative before offering of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of the
project. It is further agreed that any request for clarification must be submitted no later than
five (5) calendar days prior to the opening of proposals. In the absence of a requested
clarification for a conflict in the documents prior to proposals being reviewed, it will be
assumed that the Contractor proposes the higher cost alternative on conflicts identified after
proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure
the quality of work with the rate of progress required under this contract, the Owner or Owner's
Representative may order the Contractor in writing to increase their safety or improve their character
and efficiency and the Contractor shall comply with such order. If, at any time, the working force
of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so
ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable
assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL
INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance
with an insurance company licensed to transact business in the State of Texas, which policy shall
comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all
times exercise reasonable precaution for the safety of employees and others on or near the work and
shall comply with all applicable provisions of federal, state and municipal laws and building and
construction codes. All machinery and equipment and other physical hazards shall be guarded in
accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or
regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and Engineer and all of its officers, agents and employees against any all losses,
costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown,
fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to,
attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the
Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission,
execution and/or supervision of this contract, and the project which is the subject matter of this
contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion
as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice
which may be given by the Owners or the Owner's Representative concerning omissions under this
paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall
not be construed as any assumption of duty to supervise safety precautions by either the Contractor
or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to
the City and written notice of cancellation or any material change will be provided ten (10) calendar
days in advance of cancellation or change. All policies of insurance, required herein, including
policies of insurance required to be provided by Contractor and its subcontractors, shall contain a
waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation
that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City
in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract,
insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall
be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, whether
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverages shall
be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
Commercial General Liability Requirements: $ 1 M occurrence / $2M aggregate (can be combined
with an Excess Liability to meet 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 HeavyEquipment Endorsement: Heavy equipment endorsement is
required
Commercial General Liability Digging Endorsement: XCU endorsement is required
Automobile Liability Requirements: $1M/occurrence is needed
Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a
minimum, the insurance should cover the full insurable value of the improvements.
Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with
no employees and are exempt from providing Workers' Compensation coverage, they must sign a
waiver (obtained from COL Purchasing) and include a copy of their driver's license.. Employer
Liability ($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.
5. The Contractor shall obtain from each person providing services on the project, and
provide to the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity 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.
6 The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the Contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to
provide services on the project, to:
(a) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(c) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
proj ect;
(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
proj ect.
(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
proj ect; 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.tastate.tmus) 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 aproject, 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
proj ect;
(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 obj ects for which, or the manner in which, or the conditions
under which the Owner may enter into contracts, shall be controlling, and shall be considered as part
of this contract to the same effect as though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the
fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from its full obligations to the Owner, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the
date of beginning and time for completion as specified in the Notice to Proceed and contract
documents, respectively, of work to be done hereunder are essential conditions of this contract; and
it is further mutually understood and agreed that the work embraced in this contract shall be
commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time
herein specified, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the
sum of $300 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated
damages for the breach of the contract as herein set forth for each and every working day that the
Contractor shall be in default after the time stipulated for substantially completing the work.
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein
specified, then the Contractor does hereby agree as part of the consideration for the awarding of this
contract, the Owner may withhold permanently from Contractor's total compensation, the sum of
$100 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.
45
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.
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 (1) year from the date of
certification of final completion by Owner's Representative.
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.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract
price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that
said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner,
and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to
do business in the State of Texas. It is further agreed that this contract shall not be in effect until
such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event
the special conditions shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the
nature of the work to be done, or from the action of the elements, or from any unforeseen
circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or
otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne
by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power
and authority to direct, supervise, and control its own employees and to determine the method of the
performance of the work covered hereby. The fact that the Owner or Owner's Representative shall
have the right to observe Contractor's work during Contractor's performance and to carry out the
other prerogatives which are expressly reserved to and vested in the Owner or Owner's
Representative hereunder, is not intended to and shall not at any time change or effect the status of
the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the
work, and at the completion of the work Contractor shall remove all such debris and also its tools,
scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work
shall be left in good order and condition. In case of dispute Owner may remove the debris and
charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated
thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products
or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in
the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by
any party, on the Project site, or any other property of the City, without the written consent of the
Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance,
hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of
the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum
products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and
request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative
may grant or deny the request of Contractor and provide whatever requirements such consent, if
granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not
granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt
of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be
responsible for ensuring that all personnel involved in the Project are (i) trained for the level of
expertise required for proper performance of the actions contemplated by this Contract and, in
particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances,
hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and
utilize all protective equipment, including without limitation, personal protective gear, necessary to
provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City
Council of the City of Lubbock for the goods or services provided under the contract, the City will
terminate the contract, without termination charge or other liability, on the last day of the then -
current fiscal year or when the appropriation made for the then -current year for the goods or services
covered by this contract is spent, whichever event occurs first. If at any time funds are not
appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or
a duly authorized audit representative of the City, or the State of Texas, at its expense and at
reasonable times, reserves the right to audit Contractor's records and books relevant to all services
provided under this Contract. In the event such an audit by the City reveals any errors/overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30)
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing
the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative
and not exclusive, and may be exercised concurrently. To the extent of any conflict between this
provision and another provision in, or related to, this document, this provision shall control.
59. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided
herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no
force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code, shall properly classify, as an employee or independent contractor in accordance
with Chapter 201, any individual the person directly retains and compensates for services performed
in connection with the contract. (b) In this subsection, "subcontractor" means a person directly
retained and compensated by a person who contracts with a governmental entity to provide a service
as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an
employee or independent contractor in accordance with Chapter 201, any individual the subcontractor
directly retains and compensates for services performed in connection with the contract for which the
subcontractor is retained. (c) A person who fails to properly classify an individual as required by
Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the
person has not properly classified. (d) The commission may not take action to collect a penalty under
this section from a person after the third anniversary of the date on which the violation occurred.
61. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code.
Section 2252.908 requires a business entity entering into certain contracts with a governmental entity
or state agency to file with the governmental entity or state agency a disclosure of interested parties
at the time the business entity submits the signed contract to the governmental entity or state agency.
Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting
business entity, acknowledging that the disclosure is made under oath and under penalty of perjury.
Section 2252.908 applies only to a contract that requires an action or vote by the governing body of
the governmental entity or state agency before the contract may be signed or has a value of at least
$1 million. Instructions for completing Form 1295 are available at:
https://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.
70. GOVERNMENT CODE 2251.0521 UNSIGNED CHANGE ORDER
(a) A contractor or subcontractor may elect not to proceed with additional work directed by a
governmental entity if: (1) the contractor or subcontractor has not received a written, fully
executed change order for the governmental entity -directed additional work; and (2) the aggregate
actual or anticipated value of the additional work plus any previous governmental entity -directed
additional work for which the contractor or subcontractor has not received a written, fully executed
change order exceeds 10 percent of the contractor 's or subcontractor 's original contract amount.
(b) contractor or subcontractor who elects not to proceed with additional work as provided by this
section is not responsible for damages associated with the election not to proceed.
DAVIS BACON WAGE DETERMINATIONS
EXHIBIT A
"General Decision Number: TX20230002 01/06/2023
Superseded General Decision Number: TX20220002
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 �.
linto on or after January 30,
12022, or the contract is
lrenewed or extended (e.g., an �.
loption is exercised) on or 1
lafter January 30, 2022: 1
If the contract was awarded onl.
or between January 1, 2015 andl
January 29, 2022, and the
contract is not renewed or �.
extended on or after January
30, 2022:
Executive Order 14026 1
generally applies to the 1
contract. 1
The contractor must pay 1
all covered workers at 1
least $16.20 per hour (or 1
the applicable wage rate 1
listed on this wage 1
determination, if it is 1
higher) for all hours 1
spent performing on the 1
contract in 2023. 1
I
Executive Order 13658 1
generally applies to the 1
contract. 1
The contractor must pay alil
covered workers at least 1
$12.15 per hour (or the 1
applicable wage rate listed)
on this wage determination,)
if it is higher) for all
hours spent performing on
that contract in 2023.
I I
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
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
SUTX2011-002 08/02/2011
Rates
CEMENT MASON/CONCRETE
FINISHER (Paving & Structures) ... $ 13.55 **
ELECTRICIAN ......................$ 20.96
FORM BUILDER/FORM SETTER
Paving & Curb ...............$ 12.36 **
Structures ..................$ 13.52 **
I A i0' 0'7
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 **
Fringes
Broom and Sweeper ...........
$ 11.21
**
Crane, Lattice Boom 80
Tons or Less ................$
16.82
Crawler Tractor Operator ....
$ 13.96
**
Excavator, 50,000 lbs or
less ........................$
13.46
**
Front End Loader Operator,
Over 3 CY...................$
12.77
**
Front End Loader, 3CY or
less ........................$
12.28
**
Loader/Backhoe..............$
14.18
**
Mechanic ....................$
20.14
Milling Machine .............$
15.54
**
Motor Grader, Rough ........
$ 16.15
**
Motor Grader, Fine ..........
$ 17.49
Pavement Marking Machine ....
$ 16.42
Reclaimer/Pulverizer........$
12.85
**
Roller, Asphalt .............$
10.95
**
Roller, Other ...............$
10.36
**
Scraper .....................$
10.61
**
Spreader Box ................$
12.60
**
Servicer .........................$ 13.98 **
Steel Worker (Reinforcing) ....... $ 13.50 **
TRUCK DRIVER
Lowboy -Float ................$ 14.46 **
Single Axle .................$ 12.74 **
Single or Tandem Axle Dump..$ 11.33 **
Tandem Axle Tractor with
Semi ........................$ 12.49 **
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($16.20) or 13658
($12.15). 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:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 1000 of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis -Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISIO"
EXHIBIT 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.
Pate Intentionally Left Blank
SPECIFICATIONS
Pate Intentionally Left Blank
Water Lines Ahead of Paving — Milwaukee Ave. 41h. To Erskine
Lub'ock
,�
TECHNICAL SPECIFICATIONS
SEPTEMBER 2023
Seal Sheet
Water Lines Ahead of Paving — Milwaukee Ave. 4 Ih . To Erskine
61/6 1 1 "V:b
Milwaukee Ave. Water Seal Sheet September 1, 2023
TABLE OF CONTENTS
CITY OF LUBBOCK
Water Lines Ahead of Paving
Milwaukee Ave. 01. To Erskine
DIVISION 01— GENERAL REQUIREMENTS
01 11 00 Summary of Work ------------------------------------------------------
0 1 14 00 Work Restrictions -------------------------------------------------------
0122 00 Measurement and Payment --------------------------------------------
01 26 63 Change Orders -----------------------------------------------------------
01 29 00 Payment Procedures ----------------------------------------------------
01 31 00 Project Management and Coordination ------------------------------
01 32 16 Construction Project Schedules ---------------------------------------
01 32 33 Photographic Documentation -----------------------------------------
01 33 00 Submittal Procedures ---------------------------------------------------
01 40 00 Quality Requirements --------------------------------------------------
01 45 29 Testing Laboratory Services -------------------------------------------
01 56 23 Barricades, Signs, and Traffic Handling -----------------------------
01 57 23 Temporary Storm Water Pollution Control -------------------------
01 60 00 Product Requirements --------------------------------------------------
01 77 00 Closeout Procedures ----------------------------------------------------
DIVISION 02 — EXISTING CONDITIONS
02 40 00 Demolition and Structure Moving ------------------------------------
02 41 13.13 Paving Removal -----------------------------------------------------
02 42 00 Removal and Diversion of Construction Materials -----------------
02 83 33.13 Lead -Based Paint Removal and Disposal ------------------------
DIVISION 03 — CONCRETE
03 30 00 Cast -in -Place Concrete -------------------------------------------------
DIVISION 09 — FINISHES
09 96 00 High Performance Coatings -------------------------------------------
DIVISION 31— EARTHWORK
3100 00 Earthwork ----------------------------------------------------------------
31 23 00 Excavation and Fill -----------------------------------------------------
31 23 19 Dewatering---------------------------------------------------------------
31 23 23.13 Backfill ---------------------------------------------------------------
31 23 23.33 Flowable Fill ---------------------------------------------------------
31 25 24.03 Tied Concrete Block Erosion Control Mats ---------------------
31 50 00 Excavation Support and Protection -----------------------------------
DIVISION 32 — EXTERIOR IMPROVEMENTS
Milwaukee Ave. Water Section 01 1100 - 3 September 1, 2023
32 92 00 Turf and Grasses--------------------------------------------------------
DIVISION 33 — UTILTIES
33 05 07 Trenchless Installation of Utility Piping -----------------------------
33 05 24.23 Steel Pipe for Water Service ---------------------------------------
33 05 36 Fiberglass -Reinforce Plastic Utility Pipe ----------------------------
33 05 63 Concrete Vaults and Chambers ---------------------------------------
33 05 76 Fiberglass Manholes ----------------------------------------------------
33 14 00 Water Utility Transmission and Distribution -----------------------
33 14 23.05 Steel Casing ----------------------------------------------------------
DIVISION 40 — PROCESS INTERCONNECTIONS
40 05 67.36 Pressure -Regulating Valves ---------------------------------------
40 05 76.23 Line Stops------------------------------------------------------------
Milwaukee Ave. Water Section 01 1100 - 4 September 1, 2023
SECTION 01 1100
SUMMARY OF WORK
PART 1 GENERAL
1.1 SUMMARY
A. This section covers the description of the Work to be completed under these
Specifications.
B. The OWNER is the City of Lubbock.
(1) The Owner's Representative is:
Josh Kristinek, P.E.
Assistant City Engineer
City of Lubbock
O: (806) 775-3397
(2) The Project Manager is:
James Dean, E.I.T.
Civil Engineering Associate
City of Lubbock
O: (806) 775-3254
C. Section includes:
(1) Definitions
(2) Project description
(3) Permits and licenses
(4) Access to site
(5) Contractor's use of the premises
(6) Project schedule
(7) Security Procedures
(8) Coordination requirements
(9) Pre -construction meeting
(10) Warranty
1.2 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for unloading and
replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including unloading,
unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring,
working, finishing, curing, protecting, cleaning, and similar operations.
C. Provide: To furnish and install products.
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract
documents.
Milwaukee Ave. Water Section 01 1100 - 5 September 1, 2023
1.3 PROJECT DESCRIPTION
A. The purpose of this project is to install a new 12" waterline along Milwaukee Avenue from
4th Street to Erskine Street to provide fire protection and future water service ahead of the
widening of Milwaukee Avenue.
B. Major work items are:
(1) Connect to existing 12" water line just south of the Erskine St. and Milwaukee Ave.
intersection.
(2) Furnish and Install approximately 4470 LF of new 12" C-900 DR-18 water line on the
east side of Milwaukee Ave, including vertical bends, fittings, shut-off gate valves and
installed by trench.
(3) Furnish and Install new 10" C-900 DR-18 water line with 20" steel encasement and fire
hydrant on Auburn Street.
(4) Furnish and Install new 8" C-900 DR-18 water lines with 16" steel encasement and fire
hydrants on 111 2nd and 3rd street.
(5) Furnish and Install new 2" air release valve at high point of proposed 12" PVC Water pipe
near Auburn St and Milwaukee Ave.
(6) Furnish and Install new fire hydrants on the east side of Milwaukee outside of future
sidewalk.
(7) Connect to existing 12" water line at Toot N Totum No 5 near the North East corner of
the Milwaukee and 41h Street intersection.
(8) Furnish and install 12x8" Tapping Sleeve and Valve and new 8" C-900 DR-18 water line
across Milwaukee Ave with 16" steel encasement. Then connect and install valve on
existing 8" water line at alley between 3rd and 41h street.
(9) Repair streets, ditches and driveway approaches to prior conditions as required.
C. The Contractor shall furnish all labor, equipment, and materials required for the complete
construction of the work as shown on the drawings and specified herein.
D. All work shall be performed in accordance with the most recent City of Lubbock Design
Standards for Water and Sanitary Sewer construction.
E. A maximum of 500 feet of trench open at a time.
1.4 Work shall also include restoration or replacement of all removed or damaged pavement,
curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a
condition equal to that before the work began to the satisfaction of the Engineer.
1.5 PERMITS AND LICENSES
A. Contractor shall provide qualifications to the Owner upon request to display evidence of
competency and authority to perform required work.
B. Contractor shall be responsible for obtaining all required permits.
C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and
receipts for fees paid, to the Owner.
Milwaukee Ave. Water Section 01 1100 - 6 September 1, 2023
1.6 ACCESS TO SITES
A. Contractor shall limit access to the site to authorized personnel only.
B. Contractor shall adequately barricaded open excavations and construction material and
equipment as to prevent unauthorized personnel from accessing.
C. The Owner shall locate and designate all manhole access points open and accessible for the
work, and provide rights of access to these points.
D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup
schedules when working with in the alley right of way.
1.7 CONTRACTOR'S USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either exclusively or
in conjunction with others performing other construction as part of the project, is restricted
to the area shown on the site plan of the contract drawings unless the Contractor makes
arrangements to use additional space with the Owner.
B. The contractor shall ensure that any disturbed area is left in a condition equal to or better
condition before finishing construction in the area.
1.8 PROJECT SCHEDULE
A. The Work summarized above shall be substantially completed within 150 calendar days
from the date of the Notice to Proceed.
B. There will be a $300.00 per day liquidated damages for each day that exceeds the 150 day
limit.
C. Within five (5) business days after the date of the Substantial Completion Certificate, the
Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion.
D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch
List. There shall be $100 day liquidated damages assessed for each day that exceeds the 30
day limit.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
1.9 SECURITY PROCEDURES
A. Contractor shall limit access to the site to persons involved in the work.
B. Contractor shall provide secure storage for materials for which the owner has made
payments and which are stored on site.
C. Contractor shall secure completed work as required to prevent loss or damage.
D. Contractor shall secure sites by means of fencing, security guards, or other means to
prevent damage, theft, safety hazards, or other problems on the site.
E. The use of security personnel shall be cleared with the Owner.
Milwaukee Ave. Water Section 01 1100 - 7 September 1, 2023
1.10 COORDINATION REQUIREMENTS
A. Contractor shall inform the Owner when coordination of the work is required.
B. If necessary, inform each party involved, in writing, of procedures required for coordination;
include requirements for giving notice, submitting reports, and attending meetings.
C. Coordinate shop drawings prepared by separate entities.
D. Show installation sequence when necessary for proper installation.
1.11 PRE -CONSTRUCTION MEETING
A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice
to Proceed and prior to any construction taking place.
1.12 WARRANTY
A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial
acceptance of the work.
B. On the eleventh (11) month from the date of final acceptance, an Owner's representative
will schedule an inspection with the presence of the Contractor to inspect for defects and
assessment of the work performed.
C. Any work that is considered defective by the Owner's representative will be repaired.
D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages
of any nature whatsoever resulting in defects at no cost to the Owner.
END OF SECTION
Milwaukee Ave. Water Section 01 1100 - 8 September 1, 2023
City of
Lubbock
SECTION 0114 00
WORK RESTRICTIONS
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Use Of Premises
(2) Special Scheduling Requirements
(3) Working Period
(4) Utility Cutovers And Interruptions
(5) Noise Restrictions
(6) Advance Notice
(7) Water For Construction
(8) Work Area Limits
1.2 USE OF PREMISES
A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas
in which the Work is indicated.
B. Confine construction operations to within the limits of Right of Way, Alley Easements and
Manhole locations, as shown on plans.
C. Keep driveways and entrances serving premises clear and available to tenants, residents and
emergency vehicles at all times, except when construction is immediately at that vicinity. Do
not use these areas for parking or storage of materials.
D. Schedule construction to minimize obstruction of driveways and entrances.
1.3 SPECIAL SCHEDULING REQUIREMENTS
A. Have materials, equipment, and personnel required to perform the work at the site prior to the
commencement of the Work.
B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen
(14) calendar days prior to the desired date of interruption.
1.4 WORKING PERIOD
A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00
p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m.
on Saturday.
(1) Saturday work shall be restricted to those activities that do not require observation by the
Owner.
(2) The Owner reserves the right, at the Owner's discretion, to disallow work when it
interferes with holiday times and traffic.
B. No work shall be performed on the following holiday periods or days:
(1) New Year's Day
(2) Good Friday Holiday
(3) Memorial Day Holiday
(4) Independence Day Holiday
Milwaukee Ave. Water Section 01 14 00 - 9 September 1, 2023
Lubbock
(5) Labor Day Holiday
(6) Thanksgiving Day Holiday plus the day before and the three days following
Thanksgiving Day.
(7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week
leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the
week following Christmas Day plus the Friday and Saturday prior to Christmas Day.
C. Work outside regular working hours requires Owner's approval.
(1) Make application twenty-one (21) calendar days prior to such work to allow
arrangements to be made by the Owner for inspecting the work in progress, giving the
specific dates, hours, location, type of work to be performed, contract number and project
title.
(2) Based on the justification provided, the Owner may approve work outside regular hours.
(3) During periods of darkness, the different parts of the Work shall be lighted in a manner
approved by the Owner. Lighting shall be such that it does not cause nuisance
conditions.
D. The Drawings contain specific requirements that affect certain areas of the Work.
1.5 UTILITY CUTOVERS AND INTERRUPTIONS
A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of
sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor.
B. Water service connections shall be re -connected in a timely manner following installation of
the new water pipe.
1.6 NOISE RESTRICTIONS
A. 75 dB limit at face of nearest structure during normal daylight hours.
B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near
residential areas and for 24-hour working conditions that have received Owner approval.
Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m.
C. The Contractor shall keep on -site a hand portable sound measurement device for both the
Owner's and the Contractor's use for measuring noise levels.
1.7 ADVANCE NOTICE
A. The Contractor shall provide a minimum of five (5) days advance written notice of
construction to businesses and residences along the construction route.
B. The advance written notice shall be in the form of a single page flyer to be placed by hand by
the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at
each route building.
C. The text for the advance written notice will be approved by the Owner.
D. Reproduction shall be at the Contractor's expense.
E. Distribution shall be at the Contractor's expense.
F. Single page flyers shall be of a paper or post card color other than white to direct the
recipient's attention to the information.
G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the
anticipated duration of that inconvenience.
Milwaukee Ave. Water Section 01 14 00 - 10 September 1, 2023
City Of
Lubbock
, A$
H. The dates shall encompass the duration of driveway inconveniences and potential noise to the
recipients on a single city block (i.e., the dates and durations shall reflect the time that the city
block of interest will be affected by non-trafficability).
1.8 WATER FOR CONSTRUCTION
A. Obtaining water for construction is the Contractor's sole responsibility.
B. Water is available from the potable water system of the City of Lubbock for construction
purposes.
(1) The Contractor is responsible for all charges and arrangements for water consumption
from the potable water system.
(2) The Contractor shall make such arrangements directly with the City of Lubbock Water
Utilities Department.
(3) The City will not furnish potable water free of charge for the construction work.
(4) The Contractor is responsible for any required metering and hauling.
C. Water from park area lakes shall not be used for construction.
D. This section does not preclude the Contractor from seeking other water sources for use in
construction. Such water resources shall meet the purity requirements for the intended use.
Such arrangements for water from other sources are the responsibility of the Contractor.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
2.1 WORK AREA LIMITS
A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under
this contract.
B. Isolated areas within the general work area which are to be saved and protected shall also be
marked or fenced.
C. Monuments and markers shall be protected before construction operations commence.
D. Where construction operations are to be conducted during darkness, the markers shall be
visible at all times.
E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or
protecting particular objects.
END OF SECTION
Milwaukee Ave. Water Section 01 14 00 - 11 September 1, 2023
City Of
Lubbock
THIS PAGE INTENTIONALLY LEFT BLANK
SECTION 0122 00
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.1 SCOPE
ft City of
Lubbock
TE%d5
A. The following sections shall be used to define measurements and payments for this project.
The unit price bid on each item as stated in the bid proposal shall include furnishing all labor,
superintendence, machinery, equipment, and materials except as otherwise specified,
necessary or incidental to complete the various items of work in accordance with the plans
and specifications. Cost of work or materials shown on the plans or called for in the
specifications and on which no separate payment is made shall be included in the bid prices
on the various pay items. Payment will not be made for any item that is not complete,
including all associated incidental work. Only those items indicated on bid documents and
plan sheets will be included for construction and payment.
1.2 MOBILIZATION
A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for
construction items (materials and labor) bid for this project.
B. Mobilization shall include costs associated with move -in related equipment and labor, bid
bond, performance and construction bonds and insurance related for this project. This would
include the establishment and removal of offices, plants and facilities, movement of
personnel, equipment, and supplies to and from the project or the vicinity of the project site
to begin work or complete work on Contract Items. This Item will be measured by the lump
sum as the work progresses.
1.3 TRAFFIC CONTROL
A. A traffic control plan must be maintained for the duration of the project. This includes
supplying and designing a traffic control plan as well as any coordination with adjacent
property tenants regarding any changes that may impact operations, parking, etc... The unit
price bid shall include furnishing and placing all materials and signage necessary to implement
the traffic control plan provided.
1.4 STORM WATER POLLUTION PREVENTION PLAN
Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan.
Partial payment will be made on a pro-rata basis as a percentage of the construction
contract duration. The sum of the partial payments made for storm water pollution
prevention shall not exceed 90% of the lump sum price bid for storm water pollution
prevention prior to the termination of the construction contract. No partial payment will be
made for partial storm water pollution prevention measures. Payment shall not be made
for this item where the Owner determines a lack of evidence that storm water pollution
prevention measures were used, or that the measures installed do not meet the
requirements of the plan. No additional payments will be allowed where storm water
pollution prevention is required because of work being remedied due to not meeting the
requirements of the plans and specifications. The unit price bid shall include furnishing and
Milwaukee Ave. Water Section 0122 00 - 13 September 1, 2023
ft City of
Lubbock
TE%d5
installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance,
silt fences, hay bales, sand bags, diversion swales and any other measure and/or incidentals
required for compliance with NPDES Permit.
1.5 TRENCH SAFETY
A. A Trench safety must be maintained for the duration of the project. This includes supplying
and placing trench safety equipment as required. Trench safety will be paid, by the linear foot,
of trench constructed that necessitated trench safety. The unit price bid shall include
furnishing and placing all materials and signage necessary to implement trench safety to City
of Lubbock standards.
1.6 FURNISH AND INSTALL 12" C-900 PVC WATER PIPE IN OPEN CUT TRENCH
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.7 FURNISH AND INSTALL 10" C-900 PVC WATER PIPE IN OPEN CUT TRENCH
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.8 FURNISH AND INSTALL 8" C-900 PVC WATER PIPE IN OPEN CUT TRENCH
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.9 FURNISH AND INSTALL 6" C-900 PVC WATER PIPE IN OPEN CUT TRENCH
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.10 FURNISH AND INSTALL 10" C-900 PVC WATER PIPE IN 20" STEEL CASING BY OPEN CUT
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.11 FURNISH AND INSTALL 10" C-900 PVC WATER PIPE IN 20" STEEL CASING BY METHOD
OTHER THAN OPEN CUT
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
Milwaukee Ave. Water Section 0122 00 - 14 September 1, 2023
m Ibii City of
% Lubbock
T F X 4 5
1.12 FURNISH AND INSTALL 8" C-900 PVC WATER PIPE IN 16" STEEL CASING BY OPEN CUT
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.13 FURNISH AND INSTALL 8" C-900 PVC WATER PIPE IN 16" STEEL CASING BY METHOD
OTHER THAN OPEN CUT
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.14 FURNISH AND INSTALL 12" GATE VALVE AND BOX
A. Measurement will be paid for at the unit bid price per valve installed. The unit price bid shall
include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all
incidentals necessary to complete the work to City of Lubbock standards.
1.15 FURNISH AND INSTALL 10" GATE VALVE AND BOX
A. Measurement will be paid for at the unit bid price per valve installed. The unit price bid shall
include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all
incidentals necessary to complete the work to City of Lubbock standards.
1.16 FURNISH AND INSTALL 8" GATE VALVE AND BOX
A. Measurement will be paid for at the unit bid price per valve installed. The unit price bid shall
include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all
incidentals necessary to complete the work to City of Lubbock standards.
1.17 FURNISH AND INSTALL 12" X 8" TAPPING SLEEVE AND VALVE
A. Payment for tapping sleeves will be made on number of tapping sleeves installed. The unit
price bid shall include furnishing and installing all materials, fittings and any excavation,
backfilling and all incidentals necessary to complete the work to City of Lubbock standards.
1.18 CUT IN TEE TO EXISTING 8" WATER LINE
A. Payment for tee will be made based on the number of tees installed. The unit price bid shall
include furnishing and installing all materials and fittings and any excavation, backfilling and
all incidentals necessary to complete the work to City of Lubbock standards.
1.19 FURNISH AND INSTALL 2" AIR VACUUM RELEASE VALVE AND VAULT
A. Payment for air vacuum relief valves (AVRV) will be made based on the number of AVRVs
installed. The unit price bid shall include furnishing and installing all materials and fittings and
any excavation, backfilling and all incidentals necessary to complete the work to City of
Lubbock standards.
1.20 FURNISH AND INSTALL FIRE HYDRANT
A. Payment for fire hydrants will be made based on the number of fire hydrants installed. The
unit price bid shall include furnishing and installing all materials, valves, 6" PVC, and fittings
Milwaukee Ave. Water Section 0122 00 - 15 September 1, 2023
ft City of
Lubbock
TE%d5
and any excavation, backfilling and all incidentals necessary to complete the work to City of
Lubbock standards.
1.21 TIE INTO EXISTING WATER LINE
A. Payment for tie into existing waterlines will be made on number of tie-ins to existing
waterlines performed. The unit price bid shall include furnishing and installing all materials
and fittings and any excavation, backfilling and all incidentals necessary to complete the work
to City of Lubbock standards.
1.22 FLOWFILLABLE BACKFILL AS APPROVED
A. Measurement of flowfill will be the volume, in cubic yards, of flowfill used. Payment will be
made at the unit price bid per cubic yard. The unit price bid shall include furnishing and
installing all flowfill requisites including labor and forms/trenching according to City of
Lubbock standards, compaction, testing and all incidentals necessary to complete the work.
1.23 CONCRETE REMOVAL AND REPAIR
A. Measurement will be made of the area, in square yards, of existing concrete pavement, valley
gutters, foundations, sidewalks, driveways, curb and gutter and other appurtenances actually
removed and repaired. Existing concrete pavement and valley gutters will be considered all
layers of material between existing roadway surface and top of existing subgrade. Payment
will be made at the unit price bid per square yard of concrete removed and repaired. The
contractor shall ensure that the Owner has the opportunity to measure the square yards of
concrete prior to removal. If concrete is removed without measurement by the Owner, no
payment will be made for that removal. The unit price bid shall include sawing, separating for
salvage, legal disposal, labor and equipment, furnishing and installing all materials,
excavation, filling, backfilling, reinforcement, forming, finishing, jointing, utility valve
adjustments and all incidentals necessary to complete the work.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
Milwaukee Ave. Water Section 0122 00 - 16 September 1, 2023
SECTION 0126 63
CHANGE ORDER
PART GENERAL
1.1 SUMMARY
City of
Lubbock
A. This section covers the procedures to be followed for a change in Contract price or time.
B. Section Includes:
(1) Submittals
(2) Documentation Of Change In Contract Sum/Price And Contract Time
(3) Change Procedures
(4) Construction Change Authorization
(5) Stipulated Price Change Order
(6) Unit Price Change Order
(7) Time And Material Change Order
(8) Execution Of Change Orders
(9) Correlation Of Contractor Submittals
1.2 SUBMITTALS
A. Submit the name of the individual authorized to receive change documents, and be
responsible for informing others in Contractor's employ or Subcontractors of changes to the
Work.
B. Change Order Forms.
1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME
A. Contractor shall maintain detailed records of work done on a time and material basis.
B. Provide full information required for evaluation of proposed changes and to substantiate costs
of changes in the Work.
C. Document each quotation for a change in a cost or time with sufficient data to allow
evaluation of the quotation.
D. On request, provide additional data to support computations, including but not limited to:
(1) Quantities of products, labor, and equipment.
(2) Taxes, insurance, and bonds.
(3) Overhead and profit.
(4) Justification for any change in Contract Time.
(5) Credit for deletions from Contract, similarly documented.
E. Support each claim for additional costs, and for work done on a time and material basis, with
additional information:
(1) Origin and date of claim.
(2) Dates and times work was performed, and by whom.
(3) Time records and wage rates paid.
(4) Invoices and receipts for products, equipment, and subcontracts, similarly documented.
Milwaukee Ave. Water Section 0126 63 - 17 September 1, 2023
MOW City of
Lubbock
n5
1.4 CHANGE PROCEDURES
A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official
Construction Change Authorization or Contract Change Order. Discussions in the field or by
phone or email, without proper documentation, do not authorize Contractor to perform tasks
outside the scope of Work. Changes must be authorized as described in this Section.
B. The Engineer will advise of minor changes in the Work not involving an adjustment to
Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental
instructions by letter.
C. The Engineer may issue a Proposal Request which includes a detailed description of a
proposed change with supplementary or revised Drawings and Specifications. The
Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the
Proposal Request. Estimate shall include the proposed change's full effect on the Work and
the effect on the Contract Sum/Price and Contract Time, with full documentation and a
statement describing the effect on Work by separate or other contractors.
D. The Contractor may request clarification of Drawings, Specifications, or Contract documents
or other information by submitting a Request for Information to the Engineer. Engineer may
request a Proposal Request in response to a Request for Information.
1.5 CONSTRUCTION CHANGE AUTHORIZATION
A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to
proceed with a change in the Work, for subsequent inclusion in a Change Order.
B. The document will describe changes in the Work, and will designate the method of
determining any change in Contract Sum/Price or Contract Time.
C. The Contractor shall promptly execute the change in the Work.
1.6 STIPULATED PRICE CHANGE ORDER
A. Based on accepted Proposal Request.
1.7 UNIT PRICE CHANGE ORDER
A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed
unit price basis.
B. For unit costs or quantities of units of work which are not pre -determined, execute Work
under a Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and
Material Change Order.
1.8 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time limits
indicated in the Conditions of the Contract.
B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time
as provided in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to substantiate
costs for changes in the Work.
1.9 EXECUTION OF CHANGE ORDERS
Milwaukee Ave. Water Section 0126 63 - 18 September 1, 2023
MOW City Of
Lubbock
u5
A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions
of the Contract.
1.10 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record each
authorized Change Order as a separate line item and adjust the Contract Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -
schedules to adjust time for other items of work affected by the change, and resubmit.
C. Promptly enter changes in Project Record Documents.
PART2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Milwaukee Ave. Water Section 0126 63 - 19 September 1, 2023
City Of
Lubbock
THIS PAGE INTENTIONALLY LEFT BLANK
SECTION 0126 63
PAYMENT PROCEDURES
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
1.2 SECTION INCLUDES
A. Procedures for preparation and submittal of Applications for Payment.
(1) Format
(2) Preparation of Applications
(3) Payment Retainage
1.3 RELATED SECTIONS
A. Agreement: Contract Sum/Price and unit prices.
B. General Conditions: Progress Payments and Final Payment.
C. Section 0122 00 — Measurement and Payment.
D. Section 0126 63 - Change Order Procedures: Procedures for changes to the Work.
E. Section 0133 00 - Submittal Procedures.
F. Section 0177 00 - Contract Closeout.
1.4 FORMAT
A. EJCDC No. 1910-8-E - Application for Payment including continuation sheets when
required, or Owner forms, or Owner -approved form of the Contractor.
B. For each item, provide a column for listing: Item Number; Description of work; Scheduled
Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed;
Percentage of Completion; Balance to Finish; and Retainage.
1.5 PREPARATION OF APPLICATIONS (Schedule of Values)
A. Present required information in typewritten form or computer generated Excel Spreadsheet.
B. Execute certification by signature of authorized officer.
Milwaukee Ave. Water Section 0129 00 - 21 September 1, 2023
C. Use data from approved Schedule of Values. Provide dollar value in each column for each
line item for portion of work performed and for stored products.
D. List each authorized Change Order as an extension on continuation sheet, listing Change
Order number and dollar amount as for an original item of Work.
E. Prepare Application for Final Payment as specified in Section 01 77 00.
1.6 SUBMITTAL PROCEDURES
A. Submit two (2) copies of each Application for Payment.
B. Submit an updated construction schedule, materials received, and manifest with each
Application for Payment. Payment will not be made until an up-to-date schedule is received.
C. Payment Period: Monthly, submit application for payment on or about the 10t' day of each
month.
D. Submit the following along with the application for final payment:
(1) The documentation for the completed project.
(2) Signed affidavit from a Notary Public that all claims on this job have been settled and
that all bills owed by the Contractor for the project including materials and labor have
been paid.
(3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary
Public.
1.7 SUBSTANTIATING DATA
A. When Engineer requires substantiating information, submit data justifying dollar amounts in
question.
B. Provide one copy of data with cover letter for each copy of submittal. Show Application
number and date, and line item by number and description.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
Milwaukee Ave. Water Section 0129 00 - 22 September 1, 2023
AIL
MOW City Of
Lubbock
SECTION 01 31 00
PROJECT MANAGEMENT AND COORDINATION
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Coordination
(2) Field Engineering
(3) Pre -Construction Meeting
(4) Progress Meetings
1.4 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure
efficient and orderly sequence of installation of interdependent construction elements, with
provisions for accommodating items installed later.
B. Coordinate completion and cleanup of Work of separate Sections in preparation for
Substantial Completion.
C. After Owner occupancy of premises, coordinate access to site for correction of defective
Work and Work not in accordance with Contract Documents, to minimize disruption of
Owner's activities.
1.5 FIELD ENGINEERING
A. Locate and protect survey control and reference points.
B. Verify set -backs and easements; confirm drawing dimensions, and elevations.
C. Provide field engineering services.
D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices.
E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the
elevations and locations of the Work are in conformance with the Contract Documents.
1.6 PRE -CONSTRUCTION MEETING
A. Schedule meeting within ten (10) days of date of Notice to Proceed.
B. Procedures and processing of field decisions, submittals, and substitutions, applications for
payments, RFIs, proposal request, Change Orders and Contract closeout procedures.
C. Tentative agenda:
(1) Use of premises by Owner and Contractor.
(2) Distribution of executed Contract Documents.
(3) Submission of list of Subcontractors, list of products and progress schedule.
(4) Designation of personnel representing the parties in Contract and the Engineer.
(5) Owner's requirements.
(6) Construction facilities and controls provided by Owner.
(7) Survey and layout.
(8) Security and housekeeping procedures.
(9) Schedules.
(10) Procedures for testing.
(11) Procedures for maintaining record documents.
(12) Inspection and acceptance of products put into service during construction period.
Milwaukee Ave. Water Section 01 31 00 - 23 September 1, 2023
MOW City of
Lubbock
D. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
1.7 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum monthly
intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at
meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as
appropriate to agenda topics for each meeting.
D. Tentative agenda:
(1) Review minutes of previous meetings.
(2) Review of Work progress.
(3) Field observations, problems, and decisions.
(4) Identification of problems which impede planned progress.
(5) Review of submittals schedule and status of submittals.
(6) Review of off -site fabrication and delivery schedules.
(7) Maintenance of progress schedule.
(8) Corrective measures to regain projected schedules.
(9) Planned progress during succeeding work period.
(10) Coordination of projected progress.
(11) Maintenance of quality and work standards.
(12) Effect of proposed changes on progress schedule and coordination.
(13) Other business related to Work.
E. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Note used
END OF SECTION
Milwaukee Ave. Water Section 01 3100 - 24 September 1, 2023
City of
Lubbock
SECTION 0132 16
CONSTRUCTION PROGRESS SCHEDULES
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Format
(2) Content
(3) Revisions To Schedules
(4) Submittals
(5) Distribution
1.2 FORMAT
A. Sequence of Listings: The chronological order of the start of each item of Work.
B. Scale and Spacing: To provide space for notations and revisions.
C. Sheet Size: Minimum 8 1/2 x 11 inches
D. Submit only if requested by the Engineer or Owner at preconstruction or coordination
meeting.
E. Maintain monthly updates to schedule.
1.3 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning and completion
of each element of construction.
B. Identify each item by specification Section number.
C. Provide sub -schedules to define critical portions of the entire Schedule.
D. Show accumulated percentage of completion of each item, and total percentage of Work
completed, as of the first day of each month.
E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and
dates reviewed submittals will be required from the Engineer. Indicate decision date for
selection of finishes.
1.4 REVISIONS TO SCHEDULES
A. Indicate progress of each activity to date of submittal, and projected completion date of each
activity.
B. Identify activities modified since previous submittal, major changes in scope, and other
identifiable changes.
C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule.
Report corrective action taken, or proposed, and its effect.
1.5 SUBMITTALS
A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed.
After review, resubmit required revised data within ten (10) days.
B. Submit revised Progress Schedules with each Application for Payment.
Milwaukee Ave. Water Section 01 32 16 - 25 September 1, 2023
City of
Lubbock
,, $
C. Submit the number of opaque reproductions which the Contractor requires, plus two (2)
copies which will be retained by the Engineer.
1.6 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and
other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Milwaukee Ave. Water Section 01 32 16 - 26 September 1, 2023
City of
Lubbock
TEXAS
SECTION 0132 33
PHOTOGRAPHIC DOCUMENTATION
PART1 GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
B. SECTION INCLUDES
a. This Section includes administrative and procedural requirements for the
following:
b. Preconstruction photographs.
c. Periodic construction photographs.
d. Preconstruction videotapes.
e. Periodic construction videotapes.
C. RELATED SECTIONS
a. Section 01 33 00 - Submittal Procedures for submitting construction photographs.
D. SUBMITTALS
a. Submit two (2) complete sets of preconstruction photographs or videotape to
Engineer. All three sets will be retained by the Owner and the Engineer.
b. Identification: On back of each print, videotape, or CD, provide an applied label
or rubber-stamped impression with the following information:
c. Name of Project.
d. Name and address of photographer.
e. Name of Engineer.
f. Name of Contractor.
g. Date photograph was taken.
h. Description of vantage point, indicating location, direction (by compass point),
and elevation or story of construction.
Milwaukee Ave. Water Section 0132 33 - 27 September 1, 2023
City of
Lubbock
TEXAS
i. Digital Images: Submit a complete set of digital image electronic files with each
submittal of prints. Identify electronic media with date photographs were taken.
Submit images that have the same aspect ratio as the sensor, uncropped.
E. PHOTOGRAPHS, GENERAL
a. Field Office Prints: Retain one set of prints of preconstruction photographs in the
field office at Project site, available at all times for reference. Identify
photographs the same as for those submitted to Engineer.
F. CONSTRUCTION PHOTOGRAPHS
a. Preconstruction Photographs: Before starting construction, take color photographs
of Project site and surrounding properties from different vantage points, or as
directed by Engineer.
b. Take photographs to show existing conditions adjacent to the property before
starting the Work.
c. Take photographs of existing structures either on or adjoining the property to
accurately record the physical conditions at the start of construction.
d. Periodic Construction Photographs: As needed to document damage either
directly related to or inadvertently related to the Contractor's operations,
photograph the area in question and provide to Engineer.
G. CONSTRUCTION VIDEOS, GENERAL
a. Narration: Describe scenes on video by audio narration by microphone while
video is recorded. Include description of items being viewed, recent events, and
planned activities. Describe vantage point, indicating location, and direction (by
compass point).
H. CONSTRUCTION VIDEOS
a. Preconstruction Video: Before starting construction, record video of Project site
and surrounding properties from different vantage points, or as directed by
Engineer.
b. Show existing conditions on and adjacent to Project site before starting the Work.
c. Show existing structures either on or adjoining Project site to accurately record
the physical conditions at the start of construction.
d. Existing condition videos shall cover the entire project route.
Milwaukee Ave. Water Section 0132 33 - 28 September 1, 2023
City of
Lubbock
TEXAS
e. Show protection efforts by Contractor.
f. Periodic Construction Documentation: As needed to document damage either
directly related to or indirectly related to the Contractor's operations, video the
area in question and provide to Engineer.
END OF SECTION
Milwaukee Ave. Water Section 0132 33 - 29 September 1, 2023
City of
Lubbock
TEXAS
THIS PAGE INTENTIONALLY LEFT BLANK
Milwaukee Ave. Water Section 0132 33 - 30 September 1, 2023
City of
Lubbock
SECTION 0133 00
SUBMITTAL PROCEDURES
PART GENERAL
1.1 SUMMARY
A. Section includes:
(1) Submittal Procedures
(2) Re -Submittal Requirements
(3) Action Submittals
(4) Proposed Products List
(5) Shop Drawings
(6) Information Submittals
(7) Contractor's Review
(8) Owner And Engineer Action
1.2 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's
name, address, and phone number.
B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail
number(s), and specification Section number, as appropriate.
C. Schedule submittals to expedite the Project and coordinate submission of related items.
D. The Owner and Engineer reserve the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
E. Submittals may be delivered to the Engineer at the following address:
Water Utilities Engineering
1625 13th Street
Lubbock, Texas 79401
F. Allow enough time for submittal review, including time for re -submittals, as follows:
(1) Time for review shall commence on the Owner or Engineer's receipt of submittal.
(2) Allow fifteen (15) days for initial review of each submittal.
(3) Allow additional time if processing must be delayed to permit coordination with
subsequent submittals.
(4) The Owner or Engineer will advise the Contractor when a submittal being processed
must be delayed for coordination.
(5) If more than five (5) submittals are transmitted for review within any five (5) day
period, the time allowed for review will be increased to twenty-one (2 1) days.
(6) Where concurrent review of submittals by the Engineer, Owner, or other parties is
required, allow twenty-one (2 1) days for initial review of each submittal.
(7) If intermediate submittal is necessary, process it in same manner as initial submittal.
(8) Allow fifteen (15) days for processing each resubmittal.
G. No extension of the Contract Time will be authorized because of failure to transmit
submittals sufficiently in advance of the Work to permit processing.
Milwaukee Ave. Water Section 01 33 00 - 31 September 1, 2023
City Of
Lubbock
a5
H. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
I. Provide space for Contractor and Engineer review stamps.
J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
K. Use only final submittals with mark indicating action taken by Owner or Engineer in
connection with the construction.
L. Submittals not requested will not be recognized or processed.
1.3 RE -SUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and re -submit to meet requirements as specified.
B. Identify all changes made since previous submittal.
C. Mark as RESUBMITTAL.
D. Re -use original transmittal number and supplement with sequential alphabetical suffix for
each re -submittal (le. 0001-A).
PART 2 PRODUCTS
2.1 ACTION SUBMITTALS
A. Prepare and submit Action Submittals required by individual Specification Sections.
B. Submit three (3) copies of each submittal, unless otherwise indicated.
(1) The three (3) copies will be retained by the Owner's representative.
(2) Any additional copies that the Contractor may need for his operations will be in
addition to the three (3) copies required.
2.2 PROPOSED PRODUCTS LIST
A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major
products proposed for use, with name of manufacturer, trade name, and model or catalog
designation, and reference standards.
B. For products specified only by reference standards, give manufacturer, trade name, model or
catalog designation, and reference standards.
C. Collect information into a single submittal for each element of construction and type of
product or equipment.
D. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
E. Include recommendations for application and use, compliance with specified standards of
trade associations and testing agencies.
F. Include notation of special coordination requirements for interfacing with adjacent work.
G. After review, distribute in accordance with Article on Procedures above and provide copies
for Record Documents described in Section 01700 — Contract Closeout.
2.3 SHOP DRAWINGS
A. Prepare Project specific information, drawn accurately to scale.
Milwaukee Ave. Water Section 01 33 00 - 32 September 1, 2023
Lubbock
n5
B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed
data.
C. Include the following information, as applicable:
(1) Dimensions
(2) Identification of products
(3) Fabrication and installation drawings
(4) Schedules
(5) Design calculations
(6) Compliance with specified standards
(7) Notation of coordination requirements
(8) Notation of dimensions established by field measurement
D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency
and one opaque reproduction.
E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which
Contractor requires, plus three (3) copies which will be retained by Engineer.
F. Drawing size shall be minimum of 8 '/2 x 11 inches and a maximum of 24 x 36 inches.
G. Draw details to a minimum size of inch equal to 1 foot.
H. After review, produce copies and distribute in accordance with SUBMITTAL
PROCEDURES article above and for record document purposed described in Section 01700
— Contract Closeout.
2.4 INFORMATION SUBMITTALS
A. Manufacturer's Instructions:
(1) When specified in individual specification Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
finishing, in quantities specified for Product Data.
(2) Identify conflicts between manufacturers' instructions and Contract Documents.
(3) Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
B. Manufacturer's Certificates
(1) When specified in individual specification Sections, submit manufacturers' certificate
to Engineer for review, in quantities specified for Product Data.
(2) Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits, and certifications as appropriate.
(3) Certificates may be recent or previous test results on material or Product, but must be
acceptable to the Engineer.
C. Insurance Certificates and Bonds:
(1) Prepare written information indicating current status of insurance or bonding coverage.
(2) Include name of entity covered by insurance or bond, limits of coverage, amounts of
deductibles, if any, and term of the coverage.
PART 3 EXECUTION
Milwaukee Ave. Water Section 01 33 00 - 33 September 1, 2023
City of
Lubbock
3.1 CONTRACTOR'S REVIEW
A. Review each submittal and check for compliance with the Contract Documents.
B. Note corrections and field dimensions.
C. Mark with approval stamp before submitting to the Owner or Engineer.
(1) Stamp each submittal with a uniform approval stamp.
(2) Include Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor's approval, and statement certifying that
the submittal has been reviewed, checked, and approved for compliance with the
Contract Documents.
3.2 OWNER AND ENGINEER'S ACTION
A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval
stamp and will return them without action.
B. The Owner or Engineer will review each submittal, make marks to indicate corrections or
modifications required, and return it.
C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp
appropriately to indicate action taken, as follows:
(1)
No exception taken
(2)
Make correction noted
(3)
Revise and resubmit
(4)
Rejected
D. The submittal stamp by the Owner or Engineer will also contain the following:
(1) Checking is only for general conformance with the design concept of the project and
general compliance with the information given in the Contract Documents.
(2) Any action shown is subject to the requirements of the plans and specifications.
(3) The Contractor is responsible for confirming and correlating all quantities and
dimensions; selecting fabrication processes and techniques of construction; and
performing the Work in a satisfactory manner.
E. The Owner or Engineer will review each submittal and will not return it, or will reject and
return it, if it does not comply with the requirements.
END OF SECTION
Milwaukee Ave. Water Section 01 33 00 - 34 September 1, 2023
City of
Lubbock
SECTION 0140 00
QUALITY REQUIREMENTS
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Definitions
(2) Testing Requirements
(3) Submittals
(4) Quality Control
(5) Repair and Protection
1.2 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed before and during
execution of the Work to guard against defects and deficiencies and ensure that proposed
construction complies with requirements.
B. Quality Control Services: Tests, inspections, procedures, and related actions during and after
execution of the Work to evaluate that completed construction complies with requirements.
1.3 TESTING REQUIREMENTS
A. Testing and inspecting services are required to verify compliance with requirements specified
or indicated. These services do not relieve the Contractor of responsibility for compliance
with the Contract Document requirements.
B. Specific quality control requirements for individual construction activities are specified in the
sections that specify those activities. Requirements in those Sections may also cover
production of standard products.
C. Specified tests, inspections, and related actions do no limit the Contractor's quality control
procedures that facilitate compliance with the Contract Document requirements.
1.4 SUBMITTALS
A. Qualification Data:
(1) For individuals employed by the Contractor who will perform testing as required by the
various specification Sections, submit at least fourteen (14) days prior to being used on
the project the capabilities and experience of such individuals and the types of tests that
the individual will perform.
(2) For outside testing agency employed by the Contractor, submit at least fourteen (14)
days prior to being used on the project the name, address, and manager of such testing
agency and the types of tests that the agency will perform.
(a) Such testing agency shall be acceptable to the Owner prior to being used on the
project.
B. Reports:
(1) Prepare and submit written reports within fourteen (14) days following the date of the
test that include the following:
(a) Date of issue
Milwaukee Ave. Water Section 0140 00 - 35 September 1, 2023
AIL
MOW City Of
Lubbock
u5
(b) Project title and number.
(c) Name, address, and telephone number of testing agency. If the individual is
employed by the Contractor, use Contractor's name, address, and telephone number.
(d) Dates and locations of samples and test
(e) Names of individuals making tests
(f) Description of the work and test method
(g) Identification of material, product, and specification Section.
(h) Complete test or inspection data
(1) Test results and interpretation of test results
0) Ambient conditions at time of sample taking and testing.
(k) Comments and opinion on whether tested Work complied with the Contract
Document requirements and the applicable specification Section.
(1) Name and signature of individual performing the test if employee of the Contractor,
or name and signature of testing agency responsible person.
(m) For failing tests, recommendations on retesting unless specification Sections provide
procedure for retesting.
C. Professional Engineer Qualifications:
(1) Where a Professional Engineer is required in the specification Sections, this means a
Professional Engineer who is legally qualified to practice in the jurisdiction where the
project is located and who is experienced in providing engineering services of the kind
indicated.
D. Test Agency Qualifications:
(1) An agency with the experience and capability to conduct testing indicated, as
documented by ASTM E 548, and that has the capability and experience in the types of
tests to be performed.
E. Preconstruction Testing:
(1) Testing agency shall perform preconstruction testing with specified requirements for
performance and test methods.
(2) The Contractor shall not perform preconstruction testing except through a third parry
testing agency.
F. Testing Agency Responsibilities:
(1) Submit certified written report of each test and similar Quality Assurance service to the
Contractor.
(2) Interpret tests and state in each report whether tested work complies with or deviates
from the Contract Document requirements.
1.5 QUALITY CONTROL
A. Owner Responsibilities:
(1) Where quality control services are indicated as Owner or Engineer's responsibility,
such services may be performed by the Owner's forces or by a qualified testing agency
to perform these services.
(2) The Owner or Engineer will furnish the Contractor with names, addresses, and
telephone numbers of testing agencies engaged by the Owner.
Milwaukee Ave. Water Section 0140 00 - 36 September 1, 2023
MOW City of
Lubbock
B. Contractor Responsibilities:
(1) Provide quality control services required in the various specification Sections.
(2) Where third party testing is engaged by the Contractor, notify testing agency
sufficiently in advance of the time and date when work that requires testing will be
performed.
(3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner
agrees in writing to such engagement.
(4) Where testing is indicated as the Contractor's responsibility, submit certified written
reports in duplicate of each testing service, whether performed by the Contractor's
personnel or Contractor engaged testing agency.
(5) Such reports shall include failing tests and retests.
(6) Testing requested by the Contractor and not required by the Contract Documents are the
Contractor's responsibility.
(7) Where the Contractor's personnel are performing tests, provide individuals with
appropriate equipment to perform the tests in accordance with the test method
requirements.
(8) Provide alternate equipment where the specified test method cannot be applied, and
where alternative test methods and equipment must be employed to provide the
necessary quality control.
C. Retesting:
(1) Regardless of whether original tests were the Contractor's responsibility, provide
quality control services, including retesting, for construction that revised or replaced
work that failed to comply with requirements established by the Contract Documents.
D. Testing Agency Responsibilities:
(1) Cooperate with the Engineer and Contractor in performance of duties.
(2) Provide qualified personnel and necessary equipment to perform required tests and
inspections.
(3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in
the work during performance of its services.
(4) Interpret tests and inspections and state in each report whether tested and inspected
work complies with or deviates from the requirements.
(5) Submit a certified written report, in triplicate, of each test, inspection, and similar
quality control service through the Contactor.
(6) Do not release, revoke, alter, or increase requirements of the Contract Documents or
approve or accept any portion of the Work.
(7) Do not perform any duties of the Contractor.
E. Associated Services:
(1) Cooperate with agencies performing required tests, inspections, and similar quality
control services, and provide reasonable auxiliary services as requested.
(2) Notify agency sufficiently in advance of operations to permit assignment of personnel.
(3) Provide the following:
(a) Access to the Work.
(b) Incidental labor and facilities necessary to facilitate tests and inspections.
Milwaukee Ave. Water Section 0140 00 - 37 September 1, 2023
MOW City Of
Lubbock
u5
(c) Adequate quantities of representative samples of materials that require testing and
inspecting.
(d) Assist agency in obtaining samples.
(e) Facilities for storage and field curing of test samples.
(f) Additional associated services required of the Contractor for testing access are listed
in the specification Sections.
(g) Delivery of samples to testing agencies.
(h) Preliminary design mix proposed for use for material mixes that require control by
testing agency.
(1) Security and protection for samples and for testing and inspecting equipment at
Project site.
F. Coordination:
(1) Coordinate sequence of activities to accommodate required quality assurance and
quality control services with a minimum of delay and to avoid necessity of removing
and replacing construction to accommodate testing and inspecting.
(2) Schedule times for tests, inspections, obtaining samples, and similar activities.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 REPAIR AND PROTECTION
A. On completion of testing, inspecting, sample taking, and similar services, repair damaged
construction, and restore substrates and finishes.
B. Provide materials and comply with installation requirements specified in other Sections of
these Specifications.
C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates
evidence of patching.
D. Protect construction exposed by or for quality control service activities.
E. Repair and protection are the Contractor's responsibility, regardless of the assignment of
responsibility for quality control services.
END OF SECTION
Milwaukee Ave. Water Section 0140 00 - 38 September 1, 2023
City of
Lubbock
SECTION 0145 29
TESTING LABORATORY SERVICES
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Selection and Payment
(2) Quality Assurance
(3) Laboratory Responsibilities
(4) Laboratory Reports
(5) Limits on Testing Laboratory Authority
(6) Contractor Responsibilities
(7) Schedule of Inspections and Tests
B. References:
(1) ANSI/ASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or
Inspection of Soil and Rock as Used in Engineering Design and Construction.
(2) ANSI/ASTM E329 — Recommended Practice for Inspection and Testing Agencies for
Concrete, Steel, and Bituminous Materials as Used in Construction.
1.2 SELECTION AND PAYMENT
A. An independent firm, provided at the Contractor's expense, will perform inspection, tests,
and other services specified in individual specification Sections and as required by the
Engineer.
B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating
observations and results of tests and indicating compliance or non-compliance with Contract
Documents.
C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools,
storage, safe access, and assistance by incidental labor as requested.
D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for
operations requiring services.
E. Make arrangements with independent firm and pay for additional samples and tests required
for Contractor's use.
F. Testing or inspecting does not relieve Contractor from performing Work to contract
requirements.
G. The cost associated with compliance testing shall be paid by the Contractor.
H. Re -testing required because of non-conformance to specified requirements shall be performed
by the same independent firm on instructions by the Engineer.
L Payment for re -testing will be paid by the Contractor.
1.3 QUALITY ASSURANCE
A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329.
B. Testing laboratory shall maintain a full time registered Engineer on staff to review services.
Milwaukee Ave. Water Section 0145 29 - 39 September 1, 2023
MEW City Of
it Lubbock
„SAS
C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy
traceable to either National Bureau of Standards (NBS) standards or accepted values of
natural physical constants.
1.4 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site.
C. Cooperate with the Engineer and Contractor in performance of services.
D. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
E. Ascertain compliance of materials and mixes with requirements of Contract Documents.
F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of
Work or Products.
G. Perform additional inspections and tests required by the Engineer.
1.5 LABORATORY REPORTS
A. After each inspection and test, promptly submit three (3) copies of laboratory report to the
Engineer and to the Contractor.
B. Laboratory test reports shall include:
(1) Date issued
(2) Project title and number
(3) Name of inspector
(4) Date and time of sampling or inspection
(5) Identification of product and Specification Section
(6) Location in the Project
(7) Type of inspection or test
(8) Date of test
(9) Results of tests
(10) Conformance with Contract Documents
C. When requested by the Engineer, provide interpretation of test results.
1.6 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of the Contractor.
D. Laboratory has no authority to stop the Work.
1.7 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be
used which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and
handle samples at the site or at source of products to be tested, to facilitate tests and
inspections, storage and curing of test samples.
Milwaukee Ave. Water Section 0145 29 - 40 September 1, 2023
City of
Lubbock
a
D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring
inspection and testing services.
1.8 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Milwaukee Ave. Water Section 0145 29 - 41 September 1, 2023
City Of
Lubbock
THIS PAGE INTENTIONALLY LEFT BLANK
MOW City Of
Lubbock
SECTION 0156 23
BARRICADES, SIGNS, AND TRAFFIC HANDLING
PART GENERAL
1.1 SUMMARY
A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and
removing upon completion of work, all barricades, portable barriers, signs, portable
changeable message signs, cones, lights, and other such type devices and of handling traffic
as indicated on the plans or as directed by the Engineer or Owner.
B. Section Includes:
(1) Description
(2) Construction Methods
(3) Traffic Control Plan
(4) Maintenance
PART 2 PRODUCTS
2.1 CONSTRUCTION METHODS
A. All barricades, signs, and other types of devices shall conform to details shown on the plans
or those indicated in the latest version of the Texas Manual on Uniform Traffic Control
Devices (TMUTCD).
B. All traffic control devices shall be crashworthy according to the guidelines set forth in the
National Cooperative Highway Research Program (NCHRP) Report 350.
PART 3 EXECUTION
3.1 TRAFFIC CONTROL PLAN
A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased
construction.
B. This plan must be approved in writing by the Engineer or Owner in order to be used.
C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who
will be responsible and available on this project site or in the immediate area to insure
compliance with the TCP.
3.2 MAINTENANCE
A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall
be maintained by cleaning, replacing, or a combination thereof such that during darkness and
rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics
of traffic industry standard reflective panels.
END OF SECTION
Milwaukee Ave. Water Section 01 56 23 - 43 September 1, 2023
City Of
Lubbock
THIS PAGE INTENTIONALLY LEFT BLANK
Lubbock
SECTION 0157 23
TEMPORARY STORM WATER POLLUTION CONTROL
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Contractor Responsibilities
(2) Erosion and Sediment Controls
(3) Components for Silt Fences
(4) Components for Straw Bales
(5) Storm Water Pollution Prevention Plan
1.2 CONTRACTOR RESPONSIBILITIES
A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention
measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which
will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES)
General Permit No.TXR150000.
B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate
regulatory agency for failure to make required inspections, failure to properly document those
inspections, failure to adequately implement and adjust the storm water pollution prevention
measures specified in the SWP3 to adequately control pollutants, and/or any other fines or
penalties assess by TCEQ or the EPA for failure to comply with any part of the permit
requirements.
C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of
the Owner.
D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to
comply with and maintain the SWP3 shall be paid by the Contractor.
1.3 EROSION AND SEDIMENT CONTROLS
A. General
(1) Structural measures shall be implemented to divert flows from exposed soils, temporarily
store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas
of the site.
(2) Structural practices shall be implemented as specified in the SWP3 and in a timely
manner during the construction process to minimize erosion and sediment run-off.
B. Stabilized Ingress/Egress
(1) Stabilized access to and from the construction site will be installed by the Contractor as
soon as practical and in accordance with the SWP3.
(2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from
existing roads, alleys, and any adjacent properties as soon as possible.
(3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand,
cement, construction materials, etc.) tracked or washed off -site and perform necessary
clean-up measures at the end of each work day.
C. Silt Fences/Diversion Berms
Milwaukee Ave. Water Section 01 57 23 - 45 September 1, 2023
MOW City of
Lubbock
a5
(1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural
practice to minimize erosion and sediment runoff.
(2) Silt fences and/or diversion berms shall be properly installed to effectively retain
sediment immediately after completing each phase of work where erosion would occur in
the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment,
and grading.)
(3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as
they are required and until they are removed from the site.
D. Sand/Gravel Bags
(1) The Contractor may provide sand/gravel bags as a temporary structural practice to
minimize erosion and sediment runoff.
(2) Bags shall be properly placed to effectively retain sediment immediately after completing
each phase of work (e.g., after clearing and grubbing in an area between a ridge and
drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated
as needed for work to progress in the drainage area).
(3) Sand/gravel bags must remain in good condition, or they shall be replaced.
E. Site Stabilization
(1) The Contractor shall disturb the least amount of site area as possible.
(2) Stabilization measures to be implemented by the Contractor may include any of the
following measures:
(a) Temporary or permanent seeding or sodding
(b) Mulching
(c) Geotextlles
(d) Vegetative buffer strips
(e) Paving
(f) Stabilization measures shall be implemented in accordance with the SWP3.
PART 2 PRODUCTS
2.1 COMPONENTS FOR SILT FENCES
A. Filter Fabric
(1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of
polymeric filaments, which are formed into a stable network such that filaments retain
their relative positions.
(2) The filament shall consist of a long -chain synthetic polymer composed of at least eight -
five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers
and/or inhibitors added to the base plastic to make the filaments resistant to deterioration
due to ultraviolet and heat exposure.
(3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a
minimum of six (6) months of expected usable construction life at a temperature range of
0 to 120 degrees Fahrenheit.
Milwaukee Ave. Water Section 01 57 23 - 46 September 1, 2023
Lubbock
(4) The filter fabric shall meet the following requirements:
FILTER FABRIC FOR SILT FENCE
PHYSICAL PROPERTY
TEST PROCEDURE
REQUIREMENT
Grab Tensile
ASTM D 4632
100 lbs. min.
Elongation
ASTM D 4632
30 % max.
Trapezoid Tear
ASTM D 4533
55 lbs. min.
Permittivity
ASTM D 4491
0.2 sec-1
AOS (U.S. Std. Sieve)
ASTM D 4751
20 — 100
B. Silt Fence Stakes and Posts
(1) The Contractor may use either wooden stakes or steel posts for fence construction.
(2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of
two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4)
inches when pine is used, and shall have a minimum length of four (4) feet.
(3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a
minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet.
C. Identification, Storage, and Handling\
(1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873.
2.2 COMPONENTS FOR STRAW BALES
A. Straw Bales
(1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses
such as Byhalia, Bermuda, etc., furnished in air-dry condition.
(2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18)
inches. All bales shall be either wire -bound or string -tied.
(3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the
ground.
(4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2)
inches by two (2) inches in cross section and shall have a minimum length of three (3)
feet.
(5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch
and a minimum length of three (3) feet.
PART 3 EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. Storm Water Pollution Prevention Plan will be provided by the Contractor.
B. The Contractor must keep a copy of the SWP3 on site at all times.
C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48)
hours prior to start of construction.
D. No work will be permitted until NOI is filed.
E. The SWP3 shall be continually updated as necessary to reflect current and changing
conditions on site.
Milwaukee Ave. Water Section 01 57 23 - 47 September 1, 2023
City of
Lubbock
a5
F. Additional measures not specifically shown in the SWP3 may be used to control erosion from
leaving the site.
G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of
this contract.
H. The Contractor shall furnish the Owner with a copy of the NOI and NOT.
END OF SECTION
Milwaukee Ave. Water Section 01 57 23 - 48 September 1, 2023
of
Lubbock
SECTION 0160 00
PRODUCT REQUIREMENTS
PART GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
B. SECTION INCLUDES
a. Products.
b. Transportation and handling.
c. Storage and protection.
d. Product options.
e. Substitutions.
C. RELATED SECTIONS
a. Information to Bidders: Product options and substitution procedures.
b. Section 0140 00 - Quality Requirements.
D. PRODUCTS
a. Products: Means new material, machinery, components, equipment, fixtures, and systems
forming the Work. Does not include machinery and equipment used for preparation,
fabrication, conveying and erection of the Work. Products may also include existing
materials or components required for reuse.
b. Do not use materials and equipment removed from existing premises, except as
specifically permitted by the Contract Documents.
c. Provide interchangeable components of the same manufacturer, for similar components.
E. PRODUCT DELIVERY, STORAGE AND HANDLING
a. Deliver materials, products and equipment to the project site in undamaged condition in
manufacturer's original, unopened containers or packaging, with identifying labels intact
and legible.
b. Promptly inspect shipments to assure that products comply with requirements, quantities
are correct, and products are undamaged.
Milwaukee Ave. Water Section 0160 00 - 49 September 1, 2023
City of
Lubbock
.S
Provide equipment and personnel to handle products by methods to prevent soiling,
disfigurement, or damage.
d. Arrange deliveries in accordance with the construction schedule and in ample time to
facilitate inspection prior to installation to avoid unnecessary delays in the construction
process.
Store and protect products in accordance with manufacturer's instructions, with seals and
labels intact and legible. Store sensitive products in weather -tight, climate controlled
enclosures.
f. For exterior storage of fabricated products, place on sloped supports, above ground.
g. Provide off -site storage and protection when site does not permit on -site storage or
protection.
h. Cover products subject to deterioration with impervious sheet covering. Provide
ventilation to avoid condensation.
i. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent
mixing with foreign matter.
Provide equipment and personnel to store products by methods to prevent soiling,
disfigurement, or damage.
k. Arrange storage of products to permit access for inspection in a local warehouse.
Periodically inspect to assure products are undamaged and are maintained under specified
conditions.
1. Materials, products and equipment maybe stored off site in a bonded and insured local
warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site
storage facilities. Products properly stored in off -site storage facilities may be included in
progress pay requests with written approval of the Owner.
in. Handle materials, products and equipment in a manner prescribed by manufacturer or
specified to protect from damage during storage and installation.
F. PRODUCT OPTIONS
a. Products Specified by Reference Standards or by Description Only: Any product meeting
those standards or description.
b. Products Specified by Naming One or More Manufacturers: Products of manufacturers
named and meeting specifications, no options or substitutions allowed.
Products Specified by Naming One or More Manufacturers with a Provision for
Substitutions: Submit a request for substitution for any manufacturer not named.
G. SUBSTITUTIONS
Milwaukee Ave. Water Section 0160 00 - 50 September 1, 2023
Lubbock
a�
a. For bidding purposes as provided in "Information to Bidders".
b. Substitutions may be considered when a product becomes unavailable through no fault of
the Contractor.
c. Document each request with complete data substantiating compliance of proposed
Substitution with Contract Documents.
d. A request constitutes a representation that the Bidder:
e. Has investigated proposed product and determined that it meets or exceeds the quality
level of the specified product.
£ Will provide the same warranty for the Substitution as for the specified product.
g. Will coordinate installation and make changes to other Work which may be required for
the Work to be complete with no additional cost to Owner.
h. Waives claims for additional costs or time extension which may subsequently become
apparent.
i. Will reimburse Owner for review or redesign services associated with re -approval by
authorities.
j. Substitutions will not be considered when they are indicated or implied on shop drawing
or product data submittals, without separate written request, or when acceptance will
require revision to the Contract Documents.
k. Substitution Submittal Procedure:
1. Submit four copies of request for Substitution for consideration. Limit each request to
one proposed Substitution.
in. Submit shop drawings, product data, and certified test results attesting to the proposed
product equivalence.
n. The Engineer will notify Contractor, in writing, of decision to accept or reject request.
END OF SECTION
Milwaukee Ave. Water Section 0160 00 - 51 September 1, 2023
City Of
Lubbock
THIS PAGE INTENTIONALLY LEFT BLANK
City of
Lubbock
SECTION 0177 00
CONTRACT CLOSEOUT
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1)
Closeout Procedures
(2)
Final Cleaning
(3)
Adjusting
(4)
Project Record Documents
(5)
Warranties
(6)
Spare Parts and Maintenance Materials.
1.2 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Engineer's inspection.
B. Should the Engineer consider the work incomplete or defective:
(1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or
defective work.
(2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit
a second written certification that the work is complete.
(3) The Engineer will re -inspect the Work.
C. Provide submittals to the Engineer that are required by governing or other authorities.
D. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
1.3 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean site, sweep paved areas, rake clean landscaped surfaces.
C. Remove waste and surplus materials, rubbish, and construction facilities from the site.
D. Repair, patch, and touch-up marred surfaces to match adjacent finishes.
1.4 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
1.5 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
(1) Contract Drawings
(2) Specifications
(3) Addenda
(4) Change Orders and other Modifications to the Contract
Milwaukee Ave. Water Section 0177 00 - 53 September 1, 2023
City of
Lubbock
(5) Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications:
(1) Legibly mark and record at each Product section description of actual Products
installed, including the following:
(a) Manufacturer's name and product model and number.
(b) Product substitutions or alternates utilized.
(c) Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings:
(1) Legibly mark each item to record actual construction including:
(a) Measured horizontal and vertical locations of underground utilities and
appurtenances referenced to permanent surface improvements.
(b) Field changes of dimension and detail.
(c) Details not on original Contract Drawings.
(d) Changes made by Addenda and Modifications.
1.6 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic
presentation cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten (10) days after acceptance, listing date of acceptance as start of warranty period.
1.7 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to final payment.
PART 2 PRODUCTS
Not used
Not used
PART 3 EXECUTION
END OF SECTION
Milwaukee Ave. Water Section 01 77 00 - 54 September 1, 2023
City of
Lubbock
SECTION 02 40 00
DEMOLITION AND STRUCTURE MOVING
PART1 GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
B. SECTION INCLUDES
a. Disconnecting and capping of identified utilities.
C. RELATED SECTIONS
a. Section 01 3100 — Project Management and Coordination.
b. Section 01 60 00 —Product Requirements.
c. Section 01 70 00 —Closeout Procedures.
D. JOINT INSPECTION
a. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will
be made to determine condition of existing structures adjacent to items being
demolished. Adjacent structures damaged by demolition operations must be
restored satisfactorily at no expense to the Owner.
E. PROJECT RECORD DOCUMENTS
a. Submit under provisions of Section 01 70 00 — Closeout Procedures.
b. Accurately record actual locations of capped utilities and subsurface obstructions.
F. QUALIFICATIONS
a. Experience in performing the Work of this Section.
G. DISPOSITION OF MATERIALS AND EQUIPMENT
a. Ownership of Material and Equipment
b. Certain materials and equipment may be designated for reuse or salvage and will
remain the Owner's property. If the designated items are damaged during
Milwaukee Ave. Water Section 02 40 00 - 55 September 1, 2023
City Of
Lubbock
.S
demolition, handling or storage, the items must be restored satisfactorily at no
expense to the Owner.
c. Materials and equipment not designated for reuse or salvage become the
Contractor's property.
d. Disposal. All materials and equipment not designated for reuse or salvage shall be
disposed of by the Contractor at no expense to the Owner.
e. Reuse. Other items may be designated for reuse as directed by the Owner's
Representative.
H. REGULATORY REQUIREMENTS
a. Conform to applicable code for demolition of structures, safety of adjacent
structures, dust control, runoff control and disposal.
b. Obtain required permits from authorities.
c. Notify affected utility companies before starting work and comply with their
requirements.
d. Do not close or obstruct roadways, sidewalks or hydrants without permits.
e. Conform to applicable regulatory procedures when discovering hazardous or
contaminated materials.
I. SCHEDULING
a. Schedule work under the provisions of Section 01 3100 — Project Management
and Coordination.
b. Schedule Work to coincide with new construction.
c. Describe demolition removal procedures and schedule.
J. PREPARATION
a. Provide, erect, and maintain temporary barriers and security devices.
b. Protect existing landscaping materials, appurtenances and structures which are not
to be demolished.
c. Prevent movement or settlement of adjacent structures. Provide bracing and
shoring.
d. Mark location of utilities.
Milwaukee Ave. Water Section 02 40 00 - 56 September 1, 2023
Lubbock
K. PROTECTION OF PERSONS AND PROPERTY
a. The Contractor is responsible for providing protection of persons and property,
including safe working conditions throughout work progress.
b. Minimize the spread of dust and flying particles. Execute demolition in a manner
to prevent damage from falling debris or other sources to Owner's property or
adjacent property.
c. Do not interfere with use of adjacent structures; maintain free and safe access at
all times. Guard against movement or settlement of adjacent structures. The
Contractor is responsible for safety and integrity of adjacent structures and,
consequently, is liable for any movement or settlement and any resulting injuries
or damage. Provide proper bracing and shoring necessary for support. If safety of
adjacent buildings appears to be endangered, cease operations. Do not resume
demolition until proper protective measures have been taken.
L. DEMOLITION REQUIREMENTS
a. Conduct demolition to minimize interference with adjacent structures.
b. Cease operations immediately if adjacent structures appear to be in danger. Notify
Engineer. Do not resume operations until directed.
c. Conduct operations with minimum interference to public or private accesses.
Maintain protected egress and access at all times.
d. Obtain written permission from adjacent property owners when demolition
equipment will traverse, infringe upon or limit access to their property.
e. Sprinkle Work with water to minimize dust. Provide hoses and water connections
for this purpose.
M. UTILITY SERVICES
a. Seal abandoned storm or sanitary sewers with concrete or by another approved
method.
b. When temporary interruption of utility service to an occupied building is required
by the work, properly coordinate the outage to prevent untimely or damaging
interruptions.
N. DEMOLITION
a. Disconnect, remove and cap designated utilities within demolition areas.
Milwaukee Ave. Water Section 02 40 00 - 57 September 1, 2023
Vub�io'kk
a
b. Remove foundation walls and footings to a minimum of four feet below finished
grade 10 feet beyond area of new construction.
c. Remove concrete slabs on grade.
d. Remove materials to be re -installed or retained in manner to prevent damage.
Store and protect in accordance with requirements of Section 01 60 00 — Product
Requirements.
e. Rough grade and compact areas affected by demolition to maintain site grades
and contours.
f. Remove demolished materials from site.
g. Do not burn or bury materials on site. Leave site in clean condition.
h. Remove all temporary work.
O. GENERAL WORK ITEMS
a. Contractor may use equipment and materials necessary to properly complete the
demolition. Operational procedures are at the Contractor's option but must not
interfere with the execution of other work. Materials or equipment designated for
reuse or salvage shall be carefully removed, transported and stored in approved
storage areas.
b. Structures. Remove structures entirely, including footings, contents, attachments
and improvements. Carefully remove and lower structural steel.
c. Removing and Replacing Concrete. Use these procedures where existing concrete
must be removed to facilitate operations but will be replaced subsequently.
d. Make initial cut with a concrete saw exercising care to avoid cutting
reinforcement.
e. After removing concrete, cut cross bars at center of breakout and bend back.
f. Before replacing concrete, bend bars back to the original position and provide a
splice bar for each cut bar. Splice bars must be the size of cut bars and of a length
to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the
job conditions.
g. Immediately before placing new concrete, thoroughly clean old concrete and
apply a heavy coat of bonding agent.
h. Replace concrete as specified in Division 3 - Concrete.
Milwaukee Ave. Water Section 02 40 00 - 58 September 1, 2023
City of
`Lubbock
a
i. Backfill holes or other hazardous openings resulting from demolition with an
approved material to the density of adjacent soil as specified in the section
describing Earthwork.
j. Backfilling with rubbish or burying on the site is not permitted.
k. Cleaning. Keep the work areas free of accumulated debris. Materials and
equipment that are not for reuse of salvage must be removed from the site daily,
unless otherwise approved.
P. MECHANICAL WORK ITEMS
a. Remove existing mechanical work items to the extent necessary to accommodate
new work.
Q. ELECTRICAL WORK ITEMS
a. Unless otherwise noted, remove all electrical materials and equipment from areas
indicated for demolition and from site.
b. Remove existing conduit to the extent necessary to accommodate new work or to
a minimum of 5 feet beyond area indicated for demolition, whichever is greater.
c. Remove all wiring from abandoned conduit.
d. Seal abandoned conduits.
e. Existing electrical services and controls to items being removed must be
disconnected.
R. SCHEDULES
a. No salvage material or equipment shall be reused on the project unless
specifically provided for in the Specifications or so noted on the drawings.
END OF SECTION
Milwaukee Ave. Water Section 02 40 00 - 59 September 1, 2023
City Of
Lubbock
THIS PAGE INTENTIONALLY LEFT BLANK
SECTION 02 41 13.13
PAVING REMOVAL
PART GENERAL
1.1 SUMMARY
City of
Lubbock
A. This section of the specifications covers the removal of existing pavements, including, but not
limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and
concrete sidewalks.
B. Section Includes:
(1) Regulatory Requirements
(2) Preparation
(3) Protection
(4) Removals
(5) Backfill
(6) Disposal
1.2 REGULATORY REQUIREMENTS
A. Conform to applicable codes for disposal of debris. Refer to Section 02 42 00 — Removal and
Diversion of Construction Materials.
B. Coordinate removal work with utility companies.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Obtain advance approval from the Engineer for dimensions and limits of removal work.
B. Identify known utilities below grade.
C. Paint, stake and flag locations.
3.2 PROTECTION
A. Protect the following from damage or displacement:
(1) Adjacent public and private property.
(2) Trees, plants, and other landscape features designated to remain.
(3) Utilities not designated to be removed.
(4) Pavement and utility structures not designated to be removed.
(5) Benchmarks, monuments, and existing structures not designated to be removed.
3.3 REMOVALS
A. Remove pavements and structures by methods that will not damage underground utilities.
B. Do not use a drop hammer near existing underground utilities.
C. Minimize amount of earth loaded during removal operations.
City of
Lubbock
,S
D. Where existing pavement is to remain, make straight saw cuts in existing pavement to
provide clean breaks prior to removal.
E. Do not break concrete pavement or base with drop hammer.
F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing
construction or expansion joints, break out to existing joint.
G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint.
H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established,
shall be replaced at the Contractor's expense.
L Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat,
clean appearance.
3.4 BACKFILL
A. Backfill of removal zones shall be in accordance with requirements of Section 3123 00 —
Excavation and Backfill as applicable to the specific portion of the Work.
3.5 DISPOSAL
A. Remove from the site debris resulting from work under this section in accordance with
requirements of Section 02 42 00 — Removal and Diversion of Construction Materials.
END OF SECTION
Cit. of
Lubbock
SECTION 02 42 00
REOMVAL AND DIVERSION OF CONSTRUCTION MATERIALS
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Submittals
(2) Salvageable Material
(3) Excess Material
1.2 SUBMITTALS
A. Obtain and submit disposal permits for proposed disposal sites if required by local
ordinances.
B. Submit a copy of written permission from property owner, along with a description of
property, prior to disposal of excess material adjacent to the Project.
C. Submit a written and signed release from property owner upon completion of disposal work.
D. Both written permission and signed release shall include hold -harmless clauses naming the
City of Lubbock, Texas as the entities to be held harmless in any subsequent legal
proceeding.
E. Both property permissions and signed releases shall be attested to by a notary public.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
1.1 SALVAGEABLE MATERIAL
A. Asphalt Pavement and Asphalt Stabilized Base shall conforin to requirements of Section 02
41 13.13 — Paving Removal.
1.2 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and
other materials not designated for salvage, shall become the property of the Contractor and
shall be removed from the job site and legally disposed of at a proper facility such as the
West Texas Region Disposal Facility (WTRDF).
B. Excess material may be disposed at the WTRDF at no additional cost to the Owner.
(1) There will be a tipping fee per ton for construction debris and for excess uncontaminated
soil.
(2) There will also be a fee per load for every truck that is not covered properly when coming
to the landfill.
(3) For a complete list of fees associated with the WTRDF, please call or go to the City's
website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx.
Milwaukee Ave. Water Section 02 42 00 - 63 September 1, 2023
Lubbtock
TEXAS
(4) All tipping fees shall be considered to be included in the Contractor's bid prices.
C. Excess soil may be deposited on private property adjacent to the Project if approved by the
Owner and when written permission is obtained from the property owner.
D. Waste materials shall be removed from the site on a daily basis, such that the site is
maintained in a neat and orderly condition.
END OF SECTION
Milwaukee Ave. Water Section 02 42 00 - 64 September 1, 2023
SECTION 02 83 33.13
LEAD -BASED PAINT REMOVAL AND DISPOSAL
PART 2 GENERAL
1.1 SCOPE
A. The Contractor shall be responsible for furnishing all supervision, labor, supplies, safety and
monitoring devices, materials, tools and equipment necessary to handle, remove and contain
existing potentially existing hazardous waste material. Lead -based paint and tank residue shall
be the responsibility of the contractor to remove from the site and exposed of at an approved
EPA landfill or recycling plant.
B. It shall be the responsibility of the contractor to provide and prepare all necessary permits and
notifications required as specified herein.
C. This specification covers the requirements for worker protection, environmental protection and
handling of debris generated when removing lead based painting, and it will be the
responsibility of the Contractor to implement and maintain programs and procedures which
comply with all federal, state, local laws, OSHA, and EPA standards and regulations whether
referenced herein or not.
1.2 RELATED SECTIONS
A. Section 01 1100 - Summary of Work
B. Section 01 30 00 — Submittal Procedures.
C. Section 09 97 13- Steel Coatings
1.3 REFERENCE SPECIFICATIONS AND STANDARDS
A. Code of Regulations (CFR):
1. AS29 CFR 1910.134 Respiratory Protection
2. 29 CFR 1910.1025 Lead, General Industry
3. 29 CFR 1910.94 Ventilation
4. 29 CFR 1910.145 Specifications for Accident Prevention Signs &Tags
5. 29. CFR1910.146 Permit Required Confined Spaces
6. 29 CFR 1926
Safety and Health Regulation for Construction
7. 29 CFR 1926.33
Access to Employee Exposure and Medical Records
8. 29 CFR 1926.51
Sanitation
9. 29 CFR 1926.59
Hazard Communication
10. 29 CFR 1926.62
Lead
11. 29 CFR 1926.103
Respiratory Protection
12. 29 CFR 1926.451
Scaffolding
13. 29 CFR 1926.501-503
Fall Protection
14.
40 CFR, Part 50National Ambient Air Quality
15. 40 CFR 60
Standards of Performance for new Stationary Sources
Milwaukee Ave. Water Section 02 83 33.13 - 65 September 1, 2023
16. 40 CFR 117 Determinations of Reportable Quantities for
Hazardous Substances.
17. 40 CFR 261 Identification and Listing of Hazardous Waste
18. 40 CFR 262 Standards Applicable to Generators of Hazardous Waste
19. 40 CFR 263 Standards Applicable to Transports of Hazardous Waste
20. 40 CFR 264 Standards for Owners and Operators of
Hazardous Waste Treatment, Storage, and Disposal Facilities.
21. 40 CFR 265 Interim Status Standards for Owners and Operators of
Hazardous Waste Treatment, Storage, and Disposal Facilities.
22. 40 CFR 268 Land Disposal Restrictions.
23. 40 CFR 302 Designation Reportable Quantities and Notification.
B. American National Standards Institute (ANSI) Publications:
1. Z88.2.80 Practice for respiratory Protection
C. U.S. Department of Labor, Occupation, safety, and Health Administration (OSHA)
1. Publications 3126 Working with lead in Construction Industry
D. National Institute for Occupational Health and Safety, NIOSH Method 7082- Lead
E. American Society for Testing and Materials, ASTM D3335, - Test Method for low Concentrations for
Lead, Calcium, and Cobalt in paint by Atomic Absorption Spectroscopy.
F. EPA ( Environmental Protection Agency) Publications:
1. SW-846 Test Methods for evaluation Solid Waste- Physical and Chemical
Methods
2. EPA Method 3050 Acid Digestion of Sediments, Sludge's and Soils.
3. EPA Method 6010 Inductively coupled plasma Atomic Emission Spectroscopy.
G. Steel Structures Painting Council.
1. SSPC-Guide 6 Guide for Containing Debris Generated during Paint Removal.
2. SSPC-Guide 7 Guide for the Disposal of Lead -Contaminated Surface Preparation
3. SSPC-Guide 94-18 Industrial Lead Paint Removal Handbook, Volume 2
H. Texas Commission on Environmental Quality(TCEQ)
1. 31 TAC Chapter 101 General Rules
2. 31 TAC Chapter I I I Control of Air Pollution from Visible Emissions and Particulate Mater
3. 31 TAC Chapter 330 Municipal Solid Waste
4. 31 TAC Chapter 335 Industrial Solid Waste and Municipal Hazardous Waste.
1.4 REMOVAL AND DISPOSAL
A. Definitions:
Area Monitoring: Sampling of lead concentrations within the lead control area and
outside the lead control area which is representative of the airborne lead concentrations
which may reach the breathing zone of personnel potentially exposed to lead.
2. Lead: means the metallic lead, inorganic lead compounds, and organic lead soaps.
According the TCEQ Standard 31 TAC 111.135 Emissions from water storage tanks
which have lead in concentrations of one percent (1%) or greater by weight in the coating
is consider hazardous waste.
3. Lead Control Area: An area where lead containing paint removal operations are
preformed which is isolated by physical boundaries to prevent unauthorized entry of
personnel, and where lead -in -air measurements are taken at the boundary for monitoring
Milwaukee Ave. Water Section 02 83 33.13 - 66 September 1, 2023
of compliance with environmental regulations. Barriers to prevent the spread of lad dust,
paint chips, or debris may be located at or within the boundaries of the lead control area.
4. Lead Permissible Exposure Limit (PEL): The limit is 50 micrograms per cubic meter of
air as an 8 hour time weighted average as determined by 29 CFR 1910.1025.
Lead Containing Paint: A paint is classified as lead -containing if it contains 600 ppm of
lead or greater. Containment is required if the paint is contains 1.0% or greater lead.
6. Action Level: Employee exposure, without regard to the use of respirators, to an airborne
concentration of lead of 30 micrograms per cubic meter or air averaged over an 9 hour
period.
7. High Efficiency Particulate Air (HEPA) Filter Equipment: HEPA filtered vacuuming
equipment with a UL 586 filter system capable of collection and retaining lead containing
paint dust.
8. Personal Monitoring: Sampling of lead concentrations within the breathing zone of an
employee to determine the 8 hour time weighted average concentration in accordance
with 29 CFR 1910.1025. The samples shall be representative of the employee's work
tasks. The breathing zone shall be considered an area within 12 inches of the nose or
mouth of an employee.
9. E-hour Time Weighted Average (TWA): The 8 hour TWA is the airborne concentration
of lead averaged over an 8 hour workday to which an employee is exposed.
10. Hazardous Waste: Paint debris will be classified as hazardous if, after testing by the
Toxicity Characteristic Leaching Procedure (TCLP) the leachate contains any of the
listed metals in concentrations greater than that listed below:
i. Chromium -5 mg/1
ii. Lead - 5 mg/1
Other elements and characteristics can cause a waste to be hazardous as defined in 40
CFR 261 and must be taken into consideration. All TCLP value testing necessary for
licensed landfill disposal shall be provided by the Contractor and results copied to the
Project Manager prior to removing any material from site. Lead levels having a TCLP
value between 1.5 and < 5 mg/1 are classified as Class 1, non -hazardous waste by TCEQ
and require special handling and documentation procedures. Regardless of the TLCP
results a TCEQ Form 0152 "Request for Authorization for Disposal of Special Waste"
will be required to be completed before removing waste from the site. A TCEQ form
0757 " One -Time shipment request for Texas waste code for shipment of Class 1,2,3 and
EPA hazardous waste" can be competed for one time shipments of waste. In proceeding
with these methods a temporary EPA number and solid waste registration number is
assigned by TCEQ. It will be the responsibility of the Contractor to determine if the
landfills have the proper lining system to dispose of Hazardous waste, and find a proper
Milwaukee Ave. Water Section 02 83 33.13 - 67 September 1, 2023
disposal site. The contractor must submit a disposal site prior to removing any lead based
paint. Costs for lawfully disposing of any Hazardous Waste resulting from the work
performed on this project will be the responsibility of the Contractor.
11. Containment and Ventilation Systems: Includes the containment structure, ventilation
system, and dust collection. When self contained vacuum blasters are used this term
refers to the complete vacuum blasting system including debris collection, sealing
systems and paint removal systems.
B. DESCRIPTION OF WORK:
1. The work covered by this section included procedures and equipment required to remove
the lead containing paint of protective coatings and to limit occupational and
environmental exposure to lead when lead containing paint is removed. The work
includes the disposal of the removed paint chips, abrasive media and associated waste.
Perform work in accordance to with 29 CFR1910.1025 and the requirements specified
herein.
C. WASTE DISPOSAL:
1. Waste materials and debris resulting from paint removal work shall be disposed by the
Contractor. Following all TCEQ and EPA rules and regulations.
D. PROTECTION OF EXTENSION WORK TO REMAIN:
Perform paint removal work without damage or contamination of adjacent areas. Where such
work is damaged or contaminated, restore work to original condition or better.
E. RESPIRATORY PROTECTION PROGRAM:
The Contractor shall establish and implement a respiratory protection program as
required by ANSI Z88.2, 29 CFR1910.134, and 29 CFR 1910.1025.
F. MONITORING:
The Contractor shall measure and control lead dust outside of initial containment site but
within the project site to less than 30ug/m^3 (micrograms/cubic meter) at all times. In
addition, the controlled work area within the project site shall meet this criterion prior to
release for unrestricted access.
G. SAFETY AND HEALTH COMPLIANCE:
In addition to the detailed requirements of this specification, the Contractors shall comply
with all laws, ordinances, rules, and regulations of federal, state, and local authorities
regarding handling, storing, and transporting, and disposing of lead waste materials.
H. SIGNS:
Milwaukee Ave. Water Section 02 83 33.13 - 68 September 1, 2023
The Contractor shall post the following warning sign in each work area where the lead
permissible exposure limit is exceeded for airborne lead:
WARNING
LEAD WORK AREA
"POISON"
NO SMOKING OR EATING
City of Lubbock, Painting Steel Tanks
(Note: This legend shall be readily visible)
1.5 REQUIRED SUBMITTALS
The Contractors shall submit to the Project Manager the following for prior to commencing any paint
removal work.
A. Removal, Containment, and Ventilation Plan: The Contractor shall provide a written plan for the
methods to be employed for surface preparation, containment, ventilation, and collection of debris. The
system established by the Contractor shall recognize the load bearing capacity and integrity of the
structure to be painted. The ventilation and containment plan shall be designed and sealed by a Texas
licensed professional engineer. At a minimum the submittal shall contain the following information:
a. Calculated flow rates for the system(s) necessary to comply with the standards of SSPC — Guide 6,
for Class I containment.
b. Equipment cut sheets clearly indicating their adequacy relevant to the Contractor's proposed
containment and ventilation plan.
A statement that the system(s) do indeed meet the standards of SSPC Guide 6 for Class I
containment.
d. Provide a detailed structural analysis for the containment and/or paint removal equipment clearly
illustrating live/dead loads and their effects on the structural integrity of the tanks. Include any
and all temporary supports that will fasten to the structure in the report showing the effects of the
support system.
e. Contractors that are proposing steel surface cleaners that attach to the tank shall be included in the
structure analysis and a report that will either confirm or deny the loading on the tank is
acceptable.
f. Any analysis requiring calculations shall be sealed by a Texas licensed professional engineer.
B. Protection Programs: The Contractor shall submit the testing and evaluation program that will be used
to conform that the work and environment does not violate federal, state, and local regulations. All
protection programs shall be designed and sealed by a Texas licensed professional engineer. At a
minimum the submittal shall conation the following information:
a. Regulated Areas using Area monitor: The Contractor shall submit a plan that will identify all the
areas that will be regulated area.
Milwaukee Ave. Water Section 02 83 33.13 - 69 September 1, 2023
b. Worker Protection Program: The Contractor shall submit a plan that conforms to 29 CFR 1926.62
for worker protection program.
Handling and Site Storage: The Contractor shall submit a plan that will address the handling and
site storage of hazardous waste conforming to 40 CFR 262 and 40 CFR 265. The Contractor will
be responsible for obtaining and EPA identification number as necessary, if paint debris is found
to be hazardous. An EPA identification number may not be necessary if TCEQ form 0757 " One -
Time shipment request for Texas waste code for shipment of Class 1,2,3 and EPA hazardous
waste" is acceptable.
d. Transportation: Written confirmation that the debris will be transported according with the
requirements of 40 CFR 263, including the name, physical address, and license number of the
transporter.
e. Disposal: Written confirmation that the debris will be treated and disposed of in according with
40 CFR 264 and 40 CFR 268. This program shall provided assurance that the debris is handled
properly from production of waste to final disposal. The Contractor shall provided the name,
address, phone number, and license number of the hazardous waste treatment facility and for the
licensed solid waste landfill that will be receiving the waste product for final disposal.
f Clearance Testing: The contractor shall provide documentation of containments, structures,
equipment, and reusable items during construction and prior to removal from the project site, or if
the proper testing and disposal of the materials, if decantation is not possible or desirable.
g. Reportable Releases: CERCLA release, the Contractor shall submit a plan for reportable release in
accordance with 40 CFR 300 and 302.
h. Air Monitoring: The Contractor shall be responsible for providing a written program for
providing perimeter personal air monitoring, testing, and reporting. All laboratory performing test
on sensors and any other testing shall be submitted at the cost of the Contractor and the test results
will be sent to the Owners Representative upon completion for project compliance.
1.6 QUALITY ASSURANCE
A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of
surface preparation, application and inspection throughout the duration of the project.
Procedures or practices not specifically defined herein may be utilized provided they meet
recognized and accepted professional standards and are approved by the Project Manager with direction
from the Owner's Representative.
B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial
Surface Preparation Standards for Painting Steel Structures: SSPC-VIS 1-89 and ASTM
Designation D2200, "Standards Methods of Evaluation Degree of Rusting on Painting Steel
Surfaces" SSPC-VIS 2 and ASTM Designation D610; "Visual Standard for Surfaces of New
Steel Airblast Cleaned with Sand Abrasive".
C. Application: No coating shall be applied when the surrounding air temperature or the
temperature of the surface to be coated or painted is below the minimum surface
temperature for the products specified herein; or in rain, snow, fog or mist; when the
temperature is less than 5°F above the dew point; when the air temperature is expected
to drop below 40°F within six hours after application of coating. Dew point shall be
Milwaukee Ave. Water Section 02 83 33.13 - 70 September 1, 2023
measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S.
Department of Commerce Weather Bureau Psychrometric Tables. If the above
conditions are prevalent, coating or painting shall be delayed or postponed until
conditions are favorable. The day's coating or painting shall be completed in time to
permit the film sufficient drying time prior to damage by atmospheric conditions.
D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with
a non-destructive, magnetic -type thickness gauge. Destructive testing will not be allowed.
The integrity of coated surfaces shall be checked with an approved inspection device. Non-
destructive holiday shall not exceed 67 1/2 volts nor shall destructive holiday detectors exceed
the voltage recommended by the manufacturer of the coating system. For thickness
between 10 and 20 mils (250 microns and 500 microns) a non-sudsing type wetting agent, such
as Kodak Photo -Flow, shall be marked, repaired in accordance with the manufacturer's
printed recommendations and re -tests. No pinholes or other irregularities will be
permitted in the final coating.
E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating and
painting, inspection devices in good working condition for detection of holidays and
measurement of dry film thickness of coating and paint. The Contractor shall also furnish
U.S. Department of Commerce; National Bureau of Standards certified thickness
calibration plates to test accuracy of dry film thickness gauges and certified
instrumentation to test accuracy of holiday detectors. Dry film thickness gauges and
holiday detectors shall be made available for the Owner's Representative or his appointed use at all
times until final acceptance of application. Holiday detection devices shall be operated in the presence
of the Project Engineer.
F. Inspection: Inspection for this project shall consist of `hold point' inspections. The Engineer or his
representative shall inspect the surface prior to abrasive blasting, after abrasive blasting but prior to
application of coating materials, and between subsequent coats of material. Final inspection shall take
place after all coatings are applied, but prior to placing the tank in service. Contractor will insure that
sufficient rigging is in place so that the Project Engineer or his representative shall be able to conduct
the required inspections.
G. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month
following completion of all coating and painting work. All defective work shall be repaired in
accordance with this specification and to the satisfaction of the Project Engineer.
1.7 SAFETY AND HEALTH REQUIREMENTS
A. General: In accordance with requirements set forth by regulatory agencies applicable
to the construction industry and manufacturer's printed instructions and appropriate
technical bulletins and manuals, the Contractor shall provide and require use of personal
protective lifesaving equipment for persons working on or about the project site.
B. Head and Face Protection and Respiratory Devices: Equipment shall include protective
helmets which shall be worn by all persons while in the vicinity of the work.
C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall
be explosion -proof. Ventilation shall reduce the concentration of air contaminants to the
degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be
continued until coatings have fully cured.
Milwaukee Ave. Water Section 02 83 33.13 - 71 September 1, 2023
D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound
levels, the Contractor shall provide and require the use of approved ear protective devices.
E. Illumination: Adequate illumination shall be provided while work is in progress,
including
explosion -proof lights and electrical equipment. Conform with all applicable rules and
regulations from OSHA. Whenever required by the Project Engineer, the Contractor shall
provide additional illumination and necessary supports to cover all areas to be inspected. The
Project Engineer shall determine the level of illumination for inspection purposes.
F. Temporary Ladders and Scaffolding: The Contractor shall conform to all Federal, State, and local rules
and safety requirements pertaining to temporary ladders and scaffolding. Erect where requested by the
Project Engineer to facilitate inspection and move by the Contractor to locations requested by the
Project Engineer.
PART 2 - MATERIALS
2.1 ABRASIVE BLASTING
A. Abrasive blasting material of either metallic grits or sands are allowed but must be fracture, no
spherical shot grit will be allowed. Cleaning shall be preformed to the degree specified and in
accordance with the Steel Structures Painting Council Surface Preparation Specification for
cleaning.
B. The selection of abrasive size and type shall be based on the type, grade, and surface conditions of the
steel to be cleaned. The blast cleaning abrasive shall be dry and free from oil, grease, and other harmful
materials that could affect the boding of the coating system.
2.2 ABRASIVE ADDITIVES AND PRE -BLAST APPLICATIONS
A. Use of any of the listed products does not relieve the Contractor from the proper disposal of
waste generated regardless of whether the waste is found to be hazardous or not. It will be the
responsibility of the Contractor to provide a safe and clean construction site at all times.
B. Rust inhibitors may be used provided they are compatible with the primer. The Contractor shall
submit information for any inhibitor that will be used on the project to the Owners
Representative for review and approval. The submittal shall include documentation from the
paint supplier ant the product will not reduce the performance of the coating system specified
herein.
C. The TDJ Group, Inc products Blastox which, when added to abrasive at the appropriate percent
by weight and properly mixed, may render the spent abrasives and paint, of a lead paint coating,
debris non -hazardous.
D. NexTec, Inc. produces PreTox 2000 which, when applied at the appropriate mil thickness to
lead based paint contains prior to removal operations, may render the spent abrasive and paint
debris non -hazardous.
Milwaukee Ave. Water Section 02 83 33.13 - 72 September 1, 2023
E. Hoffer's Inc, coating division produces Envrio-Prep which, when applied at the appropriate mil
thickness to lead based paint coatings prior to removal operations, may render the spent
abrasives and paint debris non -hazardous.
2.3 CHEMICAL REMOVAL
A. Existing substrate profile is unknown and may requires additional preparation before
application of the primer. Prior to beginning chemical removal a fifty (50) square foot area will
be used as a test patch. Results will be reviewed jointly by the Owners Representative,
Contractor, Inspector, and Owner to establish required adjustments before proceeding. The
Contractor shall be required to produce the specified level of surface preparation indication in
Section 09 97 13 — Steel Coatings regardless of chemical cleaning results.
2.4 CONTAINMENT SYSTEM/VENTILATION/DUST COLLECTION
A. When paint removal is being performed, on the exterior of the tank, the Contractor shall provide a
containment system and ventilation system that conforms with SSPC-Guide 6,
publication No. 97-21, as follows:
a. Abrasive blast cleaning - Class IA.
b. Water blasting/water jetting - Class IW.
c. Chemical Stripping - Class IC.Retention
B. Shrouds shall comply with the minimum requirements of TCEQ, Chapter I I I and that of
SSPC-Guide 6 except as modified herein. The shroud shall have overlapping seams to prevent
leakage of particulates, shall be hooded and shall have a shade factor of 95% or a control factor
of 95% of particles, 100 grit or greater. A shade factor is defined as the percent of area
impermeable to particles or sunlight. The stricter requirement at SSPC-Guide 6 or TCEQ shall
be utilized.
C. Containment system(s) shall be designed to be capable of withstanding wind gusts that
pertain to this area, when fully deployed, without damage to the tank or shroud.
D. Impermeable ground covers with joints and seals impermeable will be placed in all areas
where hazardous waste is collected, contained and/or stored.
E. Minimize containment support which attach to the tank and repair any damage done to tank
including cleaning and repainting on the tank interior. All supports attached to the tank shall be
removable. Areas where supports are removed shall be blasted and painted as specified for the
tank; any damage done during the application of the containment system will be at the expense
of the contractor for repairs.
F. Design of containment systems must not adversely affect the structured integrity of the tank.
G. A sufficient factor of safety shall be used in the design of all containment systems as they
relate to the effects on the tank and shall account for the highly variable climatological
conditions in the region. Scaffolding, if used, shall conform to 29 CFR 1926.451 including
requirements for cables and platforms.
Milwaukee Ave. Water Section 02 83 33.13 - 73 September 1, 2023
H. Weather days will not be allowed for episodes of wind that do not produce frequent wind gusts
equal to or greater than that specified for the design requirement of the shrouding system.
Provide and pay for a ventilation and dust collection filtration system conforming with the
requirements of 29 CFR 1910 and 1926 -OSHA rules and regulations. The ventilation and dust
collection system shall be sized commensurate with the containment system to produce the
necessary air flow and air changes per hour to comply with stated regulations and performance
criteria sighted herein. Dust collection/ventilation equipment used for the interior of the tank
shall produce a minimum of three (3) air changes per hour. A sufficient enough number of air
changes shall be designed into the system(s) to adequately clean the air allowing good visibility
from anywhere inside the tank. Air horns and dust socks are unacceptable methods of dust
collection for either the exterior or interior of the tank. All air filters used in dust collectors for
use during removal of lead -based paint will use HEPA filters which will be changed or cleaned
daily unless operations require more frequent changing.
Top exterior surfaces with angles from vertical of 20 degrees or more will require a cross draft
of 100 fpm. The area requiring the cross draft is from the point of blasting to a point where the
surface is more than 19 degrees from vertical. Contractor will provide instrumentation to verify
cross draft velocity.
K. Contractor shall take necessary steps (i.e. cover anode hand holes, hatch, vent, etc.) to minimize
contamination of the tank interior during removal of lead -based paint.
2.5 VACUUM ASSISTED MECHANICAL BLAST UNITS
A. Vacuum blasters shall use steel grit or other approved abrasive to produce the profile and tooth
pattern specified for the steel surface to adhere to the proposed coating system. Spherical
shaped shot is unacceptable. The Contractor shall submit blasting material prior to starting
construction for approval by the Owners Representative. The vacuum blasters shall be equipped
with a fully contained blast mouth ratio produce a consistent degree of removal and a dust free
process. The used of vacuum blaster shall not relieve the Contractor of the requirements of the
specifications. Requirements for visible emissions and safeguards to reduce possible
contamination shall be exercised at all times.
PART 3 - EXECUTION
3.1 PAINT REMOVAL
A. All exterior paint material shall be removed by wet abrasive blasting, vacuum blasting or
chemical stripping in an approved emissions control containment system.
B. The interior may be dry abrasive blasted, regardless of lead content, provided visible emissions
are controlled to meet the requirements of TCEQ, Chapter 111. An approved dust collector shall
be in operation at any time blasting is being done and shall continue to run after blasting has
been discontinued until the air has cleared sufficiently to allow non -aided breathing, i.e. fresh air
hood, dusk mask, etc.
Milwaukee Ave. Water Section 02 83 33.13 - 74 September 1, 2023
C. All paint chips, water, spent blast media, and debris removed from the tank shall be contained
and recovered for lawful disposal.
D. Compressed air used for dry abrasive blasting shall be clean, oil free, and dry. Moisture
separators, oil separators, traps and/or other equipment shall be used as necessary to achieve air
of superior quality
3.2 CRITERIA FOR EXTERIOR CONTAINMENT SYSTEMS
A. The Contractor shall thoroughly examine the structure to be contained to verify its ability to
support the containment system including the wind loads that can be impacted by such a system
on the tank. Containment drawings shall be submitted for Engineer review. Vacuum blasting
obviously will preclude some of the following requirements. However, the general intent of the
specifications shall be sustained.
B. It shall be the Contractors sole responsibility to operate, position and maintain the containment
system. Containment shall not be lowered until the contained volume, after clean up, has cycled
through five (5) air changes. Vacuum blasters shall not be removed until a sufficient amount of
time has elapsed to clear the hose and the mouth of the machine of paint debris.
C. During the tank surface preparation, materials may accumulate at the tank base. Contractor shall
contain all materials collected at the tank base including any spent media used to remove the
paint. Construction of containment berms are allowed, if necessary. The berms shall be located
as close to the tank base area as possible with no berms being constructed on any paved areas
surrounding the tank. Regardless of whether berms are utilized all containment shrouding
material on or within two (2) feet of the ground will be impermeable. All joints and seams of
ground containment shall also be impermeable.
D. The Contractor shall design a containment system for the work area that is appropriate for the
Class specified relative to the method of removal. The containment shall control environmental
emissions, and control the working environment within the containment according to the criteria
specified.
3.3 DECONTAMINATION AREA
A. The entrance to the shrouded area will also be used as the exit. A decontamination area will be
designated for workers exiting the shrouded area. The decontamination area must adjoin the
shrouded area.
B. Workers will be required to remove as much as possible all lead containing dust from outer
clothing in the decontamination area before they are allowed to exit the shrouded area. All the
dust collected in the decontamination area will be properly disposed of along with the rest of the
waste generated on this project. A decontamination trailer with changing area and showers for
all workers entering the regulated area will be provided by the Contractor should the Contractor
deem it necessary.
3.4 CONTROLS OF EMISSIONS
A. Ambient Air Quality for Particulate Matter (40 CFR 50) will not be monitored. Imperial
monitoring of both particulate matter and total suspended particulate (TSP) for lead have
Milwaukee Ave. Water Section 02 83 33.13 - 75 September 1, 2023
verified that if TSP for lead exceeds the requirements, then particulate matter requirements will
also be exceeded. This fact shall be used in the analysis of TSP air monitoring as it applies to
this project.
B. Ambient Air -Quality - Visible Emissions:
a. Unacceptable visible emissions shall be cause for project shut down until corrections to
the containment are made. Contractor will not receive additional contract time or
compensation if the project is shut down due to emissions.
b. Project will remain shut down until reason for emission is determined and corrective
actions are taken.
c. Visible emissions shall be determined in accordance with SSPC-Guide 6 (97), Method A,
General Surveillance and shall not exceed Level 2 Emissions. Level 2 Emissions are
defined as random emissions of a cumulative duration of no more than 5% of the work day
(e.g., 24 minutes in an eight -hour work day). The Owner's Engineer or his representative
shall determine if visible emissions are exceeded and his decision will be final.
d. A weekly report noting time and date of all visual emissions in excess of Level 2, during
the past week with cause and remedy noted will be provided to Engineer. Repeated visual
emissions violation with the same cause will require adjustment in Contractor operation.
Regardless of the method used to control emissions, no discharge from any source
whatsoever, in such concentration and of such duration as are or may tend to be injurious
to or adversely affect human health or welfare, animal life, vegetation, bodies of water or
property are permitted.
C. Ambient Air Quality - Lead Emissions:
a. Emissions of lead shall be assessed by Ambient Air Quality for TSP Lead by the
Contractor.
b. Emissions of lead in excess of 4.3 Fg/m3 for workdays where blasting time does not
exceed 10 hours is considered failing. Monitoring for this level shall be accomplished
personal air monitors in accordance with 40 CFR 50. Due to time delay in receiving test
results for TSP monitors, the following procedure will be followed if a failing test is
reported.
1. After Owner receives a failing test report, all lead removal operations will be
halted until an additional report is received.
2. Contractor can begin lead removal operations provided the next report is
passing. If the next report fails, Contractor will make the necessary changes to
containment prior to beginning lead removal operations.
3. Until such time as Contractor receives a passing report, lead removal operation
will proceed with one day of blasting then wait for test results.
4. Failing reports for four (4) consecutive days during lead removal on the tank will
result in a reduction of payment for containment as listed in the schedule of
values of 5 percent for each occurrence.
5. The reduction in payment is a penalty for not performing the work required of
these specifications and does not constitute payment for damages. Any delays in
Milwaukee Ave. Water Section 02 83 33.13 - 76 September 1, 2023
Contractor's progress due to failing TSP requirements will not be cause for
additional time or compensation.
C. Three days of baseline monitoring shall be taken prior to project lead removal operations
start-up to determine pre-existing conditions. If baseline monitoring has lead
concentrations greater than 2.8 Fg/m3 then the maximum allowable lead is 1.5 Fg/m3
above the baseline level instead of the 4.3 Fg/m3 listed in part b. above.
d. Monitors will be operated during the entire work day when any lead removal operations
(blasting, blow down, clean up, handling of waste debris, etc.) occur. Should test results
on paint debris samples indicate the waste is non -hazardous, monitoring during handling
will not be required.
D. Ambient Air Quality - Area Monitoring to Establish Regulated Areas:
a. The Contractor shall establish a regulated area surrounding activities where lead exposures
could exceed the OSHA Action Level for lead and chromium. This includes the paint
removal area, dust collection equipment, abrasive recycling equipment, and any locations
where potentially hazardous lead -containing debris is handled or transferred to storage
containers.
b. The regulated area shall be demarcated by ropes, tape, walls, or other similar means, and
the contractor shall control access to only those persons properly trained and protected
when lead removal activities are in progress.
C. Contractor shall install personal air monitoring samplers at locations around the
Contractor demarcated regulated area to monitor area emissions for lead. If any of the
results from periodical monitoring around the regulated area are above the action level, the
regulated are will be enlarged and emission control devices modified.
E. Soil Quality:
a. The Contractor shall not contaminate the soil with lead. Samples of the soil shall be
removed and tested for total lead content by the Owner at specific locations determined by
Owner and Engineer. Soil samples shall be taken as described under PD/LEAD Method SI
in reference 1.2.5,c.
b. Laboratory analysis shall be conducted in accordance with EPA Method 3050, Method
6010 or approved equivalent.
C. The Contractor shall return the soil to back ground levels by methods acceptable to the
Owner and/or applicable regulatory authority, if the analysis upon project completion
shows an increase in soil lead levels.
d. Soil samples in the near field will be considered having increased lead levels if the
geometric mean pre -project concentration increases above the post project concentration
when compared by the paired student T-test at the 95 percent confidence level. Engineer
will determine whether increased lead levels exist. Should tests performed by the Owner
indicate areas of elevated lead, Contractor at his own cost, will conduct additional testing
Milwaukee Ave. Water Section 02 83 33.13 - 77 September 1, 2023
F
3.5
A
through the same firm used by the Owner, to establish the extent and limits of
contamination.
e. A soil sample in the far field will be considered increased if the post -project concentration
is greater than or equal to 100 parts per million (ppm) above the pre -project concentration.
Typically, if TSP air monitoring near the far field soil samples indicates no elevated lead
concentrations, no post project soil sample will be taken near the appropriate air monitor.
Post blast testing is entirely at the discretion of the Engineer.
£ Regardless of the method listed above to review soil samples for elevated concentrations,
if any hazardous materials are spilled directly onto the soil it will require cleaning.
Contractor will have to clean up the spill to the satisfaction of the Owner and will be
required to provide test results documenting soil lead levels are below 400 ppm regardless
of initial concentration.
g. All clean up shall be at Contractor's expense.
Water/Sediment Quality:
a. The Contractor shall prohibit the release of hazardous or non -hazardous lead into bodies
of water or storm sewers. Work shall be halted if spills or emissions are observed entering
into bodies of water, or found in areas where storm water run-off could carry the debris
into bodies of water or storm sewers.
b. The Contractor is advised that discharges of lead into the water or in locations where it
could be carried by rain water into storm sewers or bodies of water are strictly prohibited
and shall be considered a violation of the Clean Water Act.
C. The Contractor shall protect all drains. Paint debris shall not be allowed to enter into
drainage or storm sewer systems.
d. The Contractor will be solely responsible for all clean-up costs in the event of a spill.
CRITERIA FOR CONTROLS OVER WORKER PROTECTION
OSHA requirements for the protection of workers shall be in accordance with 29 CFR 1926.62.
B. A written program addressing compliance with each of the items below shall be provided.
Analysis of personnel air monitoring filters shall be performed by an AIHA accredited
laboratory for metals analysis. Blood lead testing shall be conducted by an OSHA approved
laboratory. Note also that the requirements listed below are in addition to other OSHA safety
and health requirements of the project.
a. Action level
Lead 30 Fg/m3
Chromium 250 Fg/m3 (Divalent, Trivalent)
25 Fg/m3 (Hexavalent)
b. Permissible Exposure Limit:
Milwaukee Ave. Water Section 02 83 33.13 - 78 September 1, 2023
Lead 50 Fg/m3
Chromium 500 Fg/m3 (Divalent, Trivalent)
50 Fg/m3 (Hexavalent)
C. Protective work clothing and equipment must be provided by Contractor.
d. Housekeeping will include a mandatory daily job site inspection by a contractor employed
competent person. A copy of the job site inspection will be provided to the Owner.
e. Hygiene facilities and practices will include daily showering when leaving the regulated
area and provide handwashing facilities near any eating areas within the regulated area.
f Employee information and training will note the content of Chromium in the paint to be
removed.
Contractor will provide respirators approved by NIOSH for use in atmospheres containing
lead dust to any employee requesting a respirator or at a minimum to all employees
assumed exposed above the PEL (50 Fg/m3). Respirator fit tests and training must meet
requirements of 29 CFR 1910.1025.
h. Employee blood lead levels shall be conducted on all employees prior to participating in
any lead removal operation on this project to establish a baseline blood lead level. At the
completion of lead removal operations or prior to the transfer of an employee from this
project conduct blood lead level checks to establish a post lead removal blood lead level.
Submit baseline blood lead and post lead removal levels to Owner and Engineer for
review.
3.6 SOLID WASTE HANDLING, DISPOSAL AND UN -AUTHORIZED RELEASES
A. The Contractor is responsible for the handling and disposal of all waste on this project.
Any testing required prior to disposal of materials other than spent abrasives and paint debris is
the sole responsibility of the Contractor. A copy of all reports for this testing will be provided
to Owner and Engineer. Contractor, through execution of this contract, is responsible for
implementing the handling and disposal of hazardous waste and/or special waste (as defined by
TCEQ) created on this project.
B. Sampling and testing of debris will be the responsibility of the Contractor. After approximately
4 hours of blasting areas with lead based paints, twelve (12) random samples of blast debris
will be collected. Four samples will be tested and an evaluation of the test results will be used
to establish whether the generated waste is hazardous. Any additional testing, due to change in
methods or other reasons, shall be at the Contractor's expense.
a. Representative samples of the debris shall be selected in accordance with the requirements
of SW846, and tested by TCLP in accordance with Appendix IIof 40 CFR 261.
b. In the case of wet methods of preparation, the use of chemical strippers, or containerized
hygiene water, all liquids and sludge shall be tested, including pH to determine
corrosively, if appropriate.
Milwaukee Ave. Water Section 02 83 33.13 - 79 September 1, 2023
C. The Contractor is advised that no waste stabilization will be performed on the project site.
Waste stabilization shall be performed by and at a Contractor, Owner and Engineer agreed
upon permitted Storage, Treatment and Disposal (STD) facility.
D. If the tests of the debris in paragraph 3.6.13 of this section show the waste to be hazardous, the
following requirements shall apply. Until tested as described above, all waste generated during
lead removal operations are assumed hazardous.
a. Site Storage and Handling:
1. The contractor shall adhere to the requirements of 40 CFR 262 and 40 CFR 265
for the on -site handling of debris.
2. Special attention shall be given to the time of storage, amount of material stored
at any one time, use of proper containers, personnel training, and the Contractor
shall obtain an EPA identification number as necessary.
3. Paint debris shall not be placed on the unprotected ground and shall be shielded
to prevent dispersion of the debris by wind or rain water.
4. The contractor shall provide preparedness, prevention, and contingency plans
(PPCP) in accordance with 40 CFR 265 Subpart C and Subpart D for the steps to
be taken in the event of an unplanned release or emergency.
5. Any evidence of improper storage shall be cause for immediate shut down of the
project until corrective action is taken.
6. Contractor shall complete EPA form 8700-12, Notification of Regulated Waste
Activity and file with EPA. Copy Engineer with said completed form.
7. Contractor shall complete all forms required by TCEQ and file with same. Copy
Engineer with all correspondence including completed forms and permits.
b. Transportation and Disposal of Debris:
1. The contractor shall arrange to have the debris transported from the site in
accordance with the requirements of 40 CFR 263, and disposed of properly in
accordance with 40 CFR 264 and 40 CFR 268.
2. Only licensed transporters and disposal facilities shall be used. Provide a list of
the companies to be used for Owner approval in advance.
3. Signed manifests shall be returned to the Owner to verify that all steps of the
handling and disposal process have been completed properly.
4. Provide name, address, phone number and license number of the final TCEQ
approved solid waste landfill.
E. The Contractor shall thoroughly vacuum, wash, or otherwise decontaminate containments,
structures, equipment, and reusable items throughout the period of construction and prior to
removal from the project site until such time as the waste is classified non -hazardous. Simply
blowing down the potentially contaminated items will not be sufficient. Items include, but are
not limited to, equipment, containment materials, ground covers, scaffolding, and change and
shower facilities. If adequate cleaning is not possible, the materials shall be treated as waste and
tested and disposed of properly at the expense of the Contractor.
F. Reportable Releases:
a. CERCLA Release: The Contractor is advised that the discharge of 10 or more pounds of
lead debris into the atmosphere, water, or soil within a 24-hour period is considered a
reportable release in accordance with 40 CFR 300 and 40 CFR 302.
Milwaukee Ave. Water Section 02 83 33.13 - 80 September 1, 2023
2. In the event of a spill requiring release notice, Contractor will also notify the Owner and
Engineer, and follow the Preparedness, Prevention and Contingency Plan (PPCP).
G. Non -hazardous Waste: All waste from the project classified as non -hazardous and which a
Municipal Solid Waste Landfill will accept shall be disposed of there at the Contractor's
expense. In any case, the Contractor shall dispose of the waste at a TCEQ licensed landfill.
Transportation from tank site to Landfill is at Contractor's expense. Costs for disposal of all
waste products shall be included in the bid item for solid waste disposal.
END OF SECTION
Milwaukee Ave. Water Section 02 83 33.13 - 81 September 1, 2023
THIS PAGE INTENTIONALLY LEFT BLANK
SECTION 03 30 00
CAST -IN -PLACE CONCRETE
PART GENERAL
1.1 SUMMARY
A. This Section includes, but is not limited to cast -in -place concrete, including formwork,
reinforcing, mix design, placement procedures, curing, and finishes.
B. Section Includes:
(1) Definitions
(2) Submittals
(3) Quality Assurance
(4) Deliver, Storage and Handling
(5) Form -Facing Materials
(6) Steel Reinforcement
(7) Reinforcement Accessories
(8) Concrete Materials
(9) Admixtures
(10) Curing Materials
(11) Repair Materials
(12) Concrete Mixes
(13) Fabricating Reinforcement
(14) Concrete Mixing
(15) Formwork
(16) Embedded Items
(17) Removing and Reusing Forms
(18) Shores and Reshores
(19) Steel Reinforcement
(20) Joints
(21) Concrete Placement
(22) Miscellaneous Concrete Items
(23) Concrete Protecting and Curing
(24) Field Quality Control
1.2 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or more of
blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag,
and silica fume.
1.3 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of
materials, project conditions, weather, test results, or other circumstances warrant
adjustments.
C. Indicate amounts of mix water withheld for later addition at Project site. Water added at
project site will not be permissible without paperwork showing how much water has been
withheld.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete work similar
in material, design, and extent to that indicated for this Project and whose work has resulted
in construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94 requirements for production facilities and equipment.
C. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, each aggregate from one source, and each admixture
from the same manufacturer.
E. ACI Publications: Comply with the following, unless more stringent provisions are
indicated:
(1) ACI 301 — Specification for Structural Concrete
(2) ACI 117 —Specifications for Tolerances for Concrete Construction and Materials.
1.5 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
B. Avoid damaging coatings on steel reinforcement.
PART 2 PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true,
and smooth concrete surfaces. Furnish in largest practicable size to minimize number of
joints.
B. Plywood, metal, or other approved panel material.
C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved
material. Provide lumber dressed on at least two edges and one side for tight fit.
D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\
E. Form -Release Agent: Commercially formulated form -release agent that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces.
F. Formulate form -release agent with rust inhibitor for steel form -facing materials.
G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic
form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling
of concrete on removal.
H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the
exposed concrete surface.
L Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in
concrete surface.
J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or
waterproofing.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded wire fabric in place.
B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire,
plastic, and as follows:
(1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms,
use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports.
(2) For slabs -on -grade, use supports with sand plates or horizontal runners where base
material will not support chair legs.
(3) Wood, concrete, or clay blocks are not permissible.
C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with
ends square and free of burrs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
B. Fly Ash: ASTM C 618, Class C.
C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
D. Class: Moderate weathering region, but not less than 3M.
E. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-
soluble chloride ions by mass of cementitious material and to be compatible with other
admixtures and cementitious materials. Do not use admixtures containing calcium chloride.
B. Air -Entraining Admixture: ASTM C 260.
C. Water -Reducing Admixture: ASTM C 494, Type A.
D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B.
B. Curing blankets approved by the Engineer.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be
applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent
elevations.
B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as
defined in ASTM C 219.
C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and
application.
D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by
underlayment manufacturer.
E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C
109.
2.8 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either laboratory
trial mix or field data bases, as follows:
(1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301.
(2) Standard design mix to be used unless noted otherwise, provide normal weight concrete
with the following properties:
(3) Compressive Strength (28 days): 3000 psi
(4) Type I cement
(5) Fly Ash: Allow up to 25% of cementitious material
(6) Minimum Slump: 4 inches
(7) Maximum Slump: 6 inches
(8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8
inches after admixture is added to concrete with 2 to 4 inch slump.
(9) Maximum Water/Cementitious Materials Ratio: 0.55
(10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at
point of placement having an air content of five (5) to seven (7) percent, unless
otherwise indicated.
B. Cementitious Materials:
(1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials
other than Portland cement according to ACI 301 requirements.
(2) Limit percentage, by weight, of cementitious materials other than Portland cement in
concrete as follows:
(a) Fly Ash: 20 percent
(b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do
not allow entrapped air content to exceed 3 percent.
(c) Admixtures with chloride ions are prohibited.
C. Admixtures:
(1) Use admixtures according to manufacturer's written instructions.
(2) Use water -reducing admixture or high -range water -reducing admixture
(superplasticizer) in concrete, as required, for placement and workability.
(3) Use water -reducing and retarding admixture when required by high temperatures, low
humidity, or other adverse placement conditions.
2.9 Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and
parking structure slabs, concrete required to be watertight, and concrete with a
water/cementitious materials ratio below 0.50.
2.10 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice.
2.11 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94,
and as specified.
B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce
mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air
temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60)
minutes.
PART 3 EXECUTION
3.1 FORMWORK
A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support
vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until
concrete structure can support such loads.
B. Construct formwork so concrete members and structures are of size, shape, alignment,
elevation, and position indicated, within tolerance limits of ACI 117.
C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as
follows:
(1) Class B, 1/4 inch
(2) Construct forms tight enough to prevent loss of concrete mortar.
(3) Fabricate forms for easy removal without hammering or prying against concrete
surfaces.
(4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces.
(5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf
wood inserts form forming keyways, reglets, recesses, and the like, for easy removal.
(6) Do not use rust -stained steel form -facing material.
(7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve
required elevations and slopes in finished concrete surfaces.
(8) Provide and secure units to support screed strips, use strike -off templates, or
compacting type screeds.
(9) Provide temporary openings for cleanouts and inspection ports where interior area of
formwork is inaccessible. Close openings with panels tightly fitted to forms and
securely braced to prevent loss of concrete mortar. Locate temporary openings in forms
at inconspicuous locations.
(10) Chamfer exterior corners and edges of permanently exposed concrete.
(11) Form openings, chases, offsets, linkages, keyways, reglets, blocking, screeds, and
bulkheads required in the Work. Determine sizes and locations from trades providing
such items.
(12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust,
dirt, and other debris just before placing concrete.
(13) Retighten forms and bracing before placing concrete, as required, to prevent mortar
leaks and maintain proper alignment.
(14) Coat contact surfaces of forms with form -release agent, according to manufacturer's
written instructions, before placing reinforcement.
3.2 EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining work
that is attached to or supported by cast -in -place concrete.
B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items
to be embedded.
C. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not
support weight of concrete may be removed after cumulatively curing at not less than 50
degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not
be damaged by form -removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports
weight of concrete in place until concrete has achieved the following:
(1) At least 70 percent of 28-day design compressive strength.
C. Determine compressive strength of in -place concrete by testing representative field or
laboratory cured test specimens according to ACI 301.
D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply
new form -release agent.
E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints.
Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete
surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation,
and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and
provide adequate reshoring to support construction without excessive stress or deflection.
3.5 STEEL REINFORCEMENT
A. Comply with CRSI's Manual of Standard Practice for placing reinforcement.
B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before
placing concrete.
C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
D. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not tack
weld crossing reinforcing bars.
E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed
to drive over reinforcement.
3.6 JOINTS
A. Construction joints true to line with faces perpendicular to surface plane of concrete.
B. Install so strength and appearance of concrete are not impaired, at locations indicated or as
approved by Architect.
C. Place joints perpendicular to main reinforcement. Continue reinforcement across
construction joints, unless otherwise indicated. Do not continue reinforcement through sides
of strip placements of floors and slabs.
D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with
keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete.
E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in
girders a minimum distance of twice the beam width from a beam -girder intersection.
F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders
and at the top of footings or floor slabs.
G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near
corners, and in concealed locations where possible.
H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially
hardened concrete surfaces.
L Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning
concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-
fourth of concrete thickness, as follows:
(1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof
abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when
cutting action will not tear, abrade, or otherwise damage surface and before concrete
develops random contraction cracks.
(2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at
the tangent point on each return at intersections and at the end of each day's concrete
pour.
(a) A construction or contraction joint shall be located at intervals corresponding to the
joint interval of the adjacent concrete pavement or as directed by the Owner's
Representative.
(b) Joints in the new concrete pavement shall extend through the new curb and gutter
unless otherwise directed by the Owner's Representative.
(c) All joints shall be perpendicular to the surface of the concrete and to the axis of the
section.
(d) The contraction joints shall be made by cutting into the curb and gutter sections with
a trowel a depth of 22 inches; these joints shall be finished as specified under
finishing.
(e) Expansion joint material shall be an approved preformed bituminous impregnated
non -extruding type jointing material, meeting the requirements of AASHTO M 213.
The joint material shall be 1/2 inch thick, and shaped to the section of the curb and
gutter or other work.
(3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet.
Expansion joints shall be placed between existing and new setting of concrete.
(4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at
joints where indicated.
(a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent
concrete bonding to one side of joint.
3.7 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded
items is complete and that required inspections have been performed.
B. Do not add water to concrete during delivery, at Project site, or during placement, unless
approved by the Engineer.
C. Before placing concrete, water may be added at Project site, subject to limitations of ACI
301.
D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix.
E. Water may not be added beyond the limit of water withheld from the plant.
F. Deposit concrete continuously or in layers of such thickness that no new concrete will be
placed on concrete that has hardened enough to cause seams or planes of weakness.
G. If a section cannot be placed continuously, provide construction joints as specified.
H. Deposit concrete to avoid segregation.
I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to
avoid inclined construction joints. Place each layer while preceding layer is still plastic, to
avoid cold joints.
J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and
procedures for consolidating concrete recommended by ACI 309R.
(1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator.
(2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding
layer.
(3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity.
(4) At each insertion, limit duration of vibration to time necessary to consolidate concrete
and complete embedment of reinforcement and other embedded items without causing
mix constituents to segregate.
K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits
of construction joints, until placement of a panel or section is complete.
L. Consolidate concrete during placement operations so concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
M. Maintain reinforcement in position on chairs during concrete placement.
N. Screed slab surfaces with a straightedge and strike off to correct elevations.
O. Slope surfaces uniformly to drains where required.
P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface
plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface.
Do not further disturb slab surfaces before starting finishing operations.
Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work
from physical damage or reduced strength that could be caused by frost, freezing actions, or
low temperatures.
(1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit,
uniformly heat water and aggregates before mixing to obtain a concrete mix
temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees
Fahrenheit at point of placement.
(2) Do not use frozen materials or materials containing ice or snow. Do not place concrete
on frozen subgrade or on subgrade containing frozen materials.
(3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators, unless otherwise specified and approved in mix designs.
R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as
follows, when hot weather conditions exist:
S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees
Fahrenheit at time of placement.
T. Chilled mixing water or chopped ice may be used to control temperature, provided water
equivalent of ice is calculated to total amount of mixing water.
U. Using liquid nitrogen to cool concrete is Contractor's option.
V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed
ambient air temperature immediately before embedding in concrete.
W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep
subgrade moisture uniform without standing water, soft spots, or dry areas.
3.8 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated,
after work of other trades is in place.
B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other
miscellaneous concrete filling indicated or required to complete Work.
3.9 CONCRETE PROTECTION AND CURING
A. Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold -weather protection and with
recommendations in ACI 305R for hot -weather protection during curing.
B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces.
(1) Leave forms in place for a minim of 3 days.
(2) Upon removal of forms, apply approved curing compound.
C. Unformed Surfaces: Begin curing immediately after finishing concrete.
(1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other
surfaces, by the following method:
D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin
immediately after final finishing of slab surface and shall consist of continuous misting by
sprinkler or wet burlap.
(1) No work will be permitted on the slab during wet curing.
E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing
compound.
F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place
plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in
place for 3 days.
G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to
hardened concrete by power spry or roller according to manufacturer's written instructions.
3.10 FIELD QUALITY CONTROL
A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be
permitted by the Engineer.
END OF SECTION
SECTION 09 96 00
HIGH PERFORMANCE COATINGS
PART GENERAL
1.1 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to apply protective coatings to
material and equipment as specified herein, including the preparation of surfaces prior to
application of coatings.
1.2 ABBREVIATIONS
A. The following abbreviations are used in this Section:
(1) ANSI
American National Standards Institute
(2) AWWA
American Water Works Association
(3) FRP
Fiberglass Reinforced Plastic
(4) MDFT
Minimum Dry Film Thickness
(5) MDFTPC
Minimum Dry Film Thickness Per Coat
(6) mil
Thousandths of an Inch
(7) MIL-P
Military Specification - Paint
(8) OSHA
Occupational Safety and Health Act
(9) PSDS
Paint System Data Sheet
(10) SFPG
Square Feet Per Gallon
(11) SFPGPC
Square Feet Per Gallon Per Coat
(12) SP
Surface Preparation
(13) SSPC
Steel Structures Painting Council
1.3 SUBMITTALS
A. Product Data: Furnish
the following Data Sheets:
(1) For each paint system used herein, furnish a Paint System Data Sheet (PSDS),
Technical Data Sheets, and paint colors available (where applicable) for each product
used in the paint system, except for products applied by equipment manufacturers. A
sample PSDS form is appended at the end of this Section.
(2) The required information shall be submitted on a system -by -system basis.
(3) The Coatings Contractor shall also provide copies of the paint system submittals to the
coating applicator.
(4) Indiscriminate submittal of manufacturer's literature only is not acceptable.
B. Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF certification
letter for each coating in the system indicating product application limits on size of tank or
piping, dry film thickness, number of coats, specific product tested, colors certified, and
approved additives.
Milwaukee Ave. Water Section 09 96 00 - 93 September 1, 2023
C. Provide TCLP test data for lead and other regulated heavy metals in non -recyclable, slag type
abrasive blast media to be used on the Project. Acceptable abrasive test data shall indicate the
abrasive manufacturer, location of manufacture, and media gradation and type. Surface
preparation will not be permitted to begin until acceptable test data has been submitted.
D. Colors charts of each paint system.
E. Quality Control Submittals: Furnish the following:
(1) Applicator's Experience: List of references substantiating the requirements as specified.
(2) Factory Applied Coatings: Manufacturer's certification stating factory applied coating
systems meets or exceeds requirements specified herein.
(3) If the manufacturer of finish coating differs from that of shop primer, provide both
manufacturers' written confirmation that materials are compatible.
1.4 QUALITY ASSURANCE
A. The paint manufacturer shall provide a representative to visit the jobsite at intervals during
surface preparation and painting as may be required for product application quality assurance,
and to determine compliance with manufacturer's instructions and the Contract Documents,
and as may be necessary to resolve field problems attributable to, or associated with, the
manufacturer's products furnished under this Contract.
B. Applicator's Experience: Minimum of 5 years practical experience in application of specified
products. Submit a list of recent projects and names of references for those projects. The
Engineer will waive the requirement for 5 years' experience, when at the discretion of the
Engineer, the applicators' experience and capabilities meet the intent of the experience
requirement.
C. Continuity of Contractor: Coatings Contractor's Site supervisor shall be coordinated with the
Engineer. Any replacement of the supervisor on site will require notification of Engineer 72
hours in advance, and will be subject to approval by the Owner.
D. Inspection:
(1) Inspect and provide substrate surfaces prepared in accordance with the Contract
Documents and the printed directions and recommendations of paint manufacturer
whose product is to be applied.
(2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation
work or coating application work.
(3) Perform work only in the presence of Engineer, unless Engineer grants prior approval to
perform such work in Engineer's absence. Approval to perform work in the Engineer's
absence is limited to the current day unless specifically noted to extend beyond the
completion of the work day.
(4) Inspection by the Engineer, or the waiver of inspection of any particular portion of the
Work, shall not be construed to relieve the Coatings Contractor of responsibility to
perform the Work in accordance with the Contract Documents.
1.5 PAINT DELIVERY, STORAGE, AND HANDLING
A. Deliver paint to the Site in unopened containers that plainly show, at the time of use, the
designated name, manufacturer date, color, and name of manufacturer.
B. Store paints in a suitable protected area that is heated or cooled as required to maintain
temperatures within the range recommended by the paint manufacturer.
Milwaukee Ave. Water Section 09 96 00 - 94 September 1, 2023
C. Shipping:
(1) Where pre -coated items are to be shipped to the jobsite, protect coating from damage.
Batten coated items to prevent abrasion.
(2) Use nonmetallic or padded slings and straps in handling.
(3) Items will be rejected for excessive damage.
1.6 WARRANTY
A. A. The Coatings Contractor and coating manufacturer shall jointly and severally warrant to
the Owner and guarantee the Work under this Section against defective workmanship and
materials for a period of 2 years commencing on the date of final acceptance of the Work.
B. B. A warranty inspection shall be conducted 1 month prior to expiration of the warranty
period. Any defective Work discovered at this date shall be corrected by the Coatings
Contractor in accordance with the Contract Documents at no additional cost to the Owner.
Other corrective measures may be required during the 2 year warranty period.
1.7 PAINT AND COATINGS MANUFACTURERS
A. A manufacturer letter code as follows will be found following the generic descriptions of
materials outlined in this Section. Address is that of the general offices. Contact these offices
for information regarding the location of representative nearest the project site.
B. Manufacturer Code A — Coatings manufacturers (able to supply most heavy-duty industrial
coatings and architectural paints):
(1) Ameron Protective Coatings, Brea, CA.
(2) Carboline Coatings Company, St. Louis, MO.
(3) ICI Devoe Coatings Company, Louisville, KY.
(4) Dupont Chemical Co., Wilmington, DE.
(5) International Coatings, Louisville, KY.
(6) Sherwin Williams, Cleveland, OH.
(7) Tnemec Coatings, Kansas City, MO.
(8) Wasser Coatings, Seattle, WA.
C. Manufacturer Code E — Fusion bonded coating applicators:
(1) 3M Co., St Paul, MN.
PART 2 PRODUCTS
2.1 PAINT MATERIALS
A. Products shall meet federal, state, and local requirements limiting the emission of volatile
organic compounds. Specific information may be secured through the local office of the Air
Pollution Control Officer.
B. Materials Including Primer and Finish Coats: Produced by same paint manufacturer.
C. Thinners, Cleaners, Driers, and Other Additives: As recommended by paint manufacturer of
the particular coating. Where coatings are required to meet ANSI/NSF Standard 60 and 61,
Milwaukee Ave. Water Section 09 96 00 - 95 September 1, 2023
addition of thinners, driers, and other paint additives not approved under the ANSI/NSF
certification letter will not be permitted without written approval from the Engineer.
D. Paint products are listed according to their approximate order of appearance in the paint
systems. The letter designating the manufacturer code refers to the codes in Paragraph 1.07.
E. Product Definitions
(1) Polyamide Epoxy, High Solids: Polyamide or polyamine cured epoxy, capable of 4 to 8
MDFT per coat, percent of volume solids 70% minimum, suitable for immersion or
buried service. MANUFACTURER CODE: A
(2) Moisture Cured Zinc Primer: Single component, moisture cured urethane based, 12 lbs.
metallic zinc content per gallon minimum, unlimited recoat period.
MANUFACTURER CODE: A
(3) Moisture Cure Urethane: Single component, moisture cured urethane intermediate and
top coat, suitable for high humidity and condensation, unlimited recoat period.
MANUFACTURER CODE: A
(4) Inorganic Zinc Primer: Solvent or water based, 14 lbs. metallic zinc content per gallon
minimum; follow manufacturer's recommendation for top coating. MANUFACTURER
CODE: A
(5) Polyurethane Enamel: Two -component, aliphatic or acrylic based polyurethane; high
gloss finish, high build. MANUFACTURER CODE: A
(6) Rust -Inhibitive Primer: Single -package steel primers with anti -corrosive pigment
loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber. MANUFACTURER
CODE: A
(7) Alkyd Enamel: Optimum quality, gloss finish, medium long oil. MANUFACTURER
CODE: A
(8) Wash Primer: Vinyl butyral acid. MANUFACTURER CODE: A
(9) Polyurethane: Self -priming, plural component, 100 percent solids, non -extended
polyurethane, suitable for burial or immersion, and shall be one of the approved
products as specified in Section 09 97 13 "Pipeline Coatings and Linings."
(10) Fusion Bonded Coating: 100% solids, thermosetting, fusion bonded, dry powder epoxy
or polyurethane resin, suitable for this intended service. MANUFACTURER CODE: E
2.2 COLORS
A. Provide as selected by the Owner or Engineer. Provide custom color if required to match this
color when coatings provided by another manufacturer.
B. Formulated with colorants free of lead, lead compounds, or other materials which might be
affected by the presence of hydrogen sulfide or other gas likely to be present at the Project.
C. Proprietary identification of colors is for identification only. Any authorized manufacturer
may supply matches.
D. Equipment Colors:
(1) 1. Equipment shall be meant to include the machinery or vessel itself plus the structural
supports and fasteners and attached electrical conduits.
(2) Paint non -submerged portions of equipment in the same color as the process piping it
serves, except as itemized below:
Milwaukee Ave. Water Section 09 96 00 - 96 September 1, 2023
(a) Non -Submerged Portions Color
(b) Dangerous parts of equipment and machinery OSHA Orange
(c) Fire protection equipment and Apparatus OSHA Red
(d) Radiation hazards OSHA Purple
(e) Physical hazards in normal operating area OSHA Yellow
(3) Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not
require painting, provided the color is as specified.
2.3 INSPECTION TEST EQUIPMENT
A. Provide a magnetic type or electronic dry film thickness gauge to test coating thickness
specified in mils, as manufactured by:
(1) Nordson Corp., Anaheim, CA, Mikrotest.
(2) DeFelsko Corp., Anaheim, CA, Positector.
(3) Or equal.
B. Provide an electrical holiday detector, low voltage, wet sponge type to test finish coatings
less than 20 mils in thickness, except zinc primer, high -build elastomeric coatings, and
galvanizing, for holidays and discontinuities as manufactured by:
(1) Tinker and Razor, San Gabriel, CA, Model M-1.
(2) Or equal.
C. Provide an electrical holiday detector, high voltage, pulse type to test elastomeric coatings
and coating systems in excess of 20 mils dry film thickness, except zinc primer, for holidays
and discontinuities as manufactured by:
(1) Tinker and Razor, San Gabriel, CA, Model AP-W.
(2) D. E. Stearns Company, Shreveport, LA, Model 14/20.
(3) Elcometer, Rochester Hills, Michigan.
(4) Or equal.
PART 3 EXECUTION
3.1 GENERAL
A. The intention of this Section is for all new, interior and exterior metal, and submerged metal
surfaces be painted, whether specifically mentioned or not, except as modified herein.
Concealed structural steel surfaces shall receive prime coat only unless modified herein.
B. Surface preparation and coating application shall be in conformance with the Specifications
and the coating manufacturer's written product data sheets and written recommendations of
the manufacturer's technical representative. Where conflicts occur between the
manufacturer's recommendations and the Specifications, the more stringent of the two shall
apply unless approved by the Engineer.
Milwaukee Ave. Water Section 09 96 00 - 97 September 1, 2023
C. For coatings subject to immersion, obtain full cure for completed system. Consult coatings
manufacturer's written instructions for these requirements. Do not immerse coating for any
purpose until completion of curing cycle.
3.2 REGULATORY REQUIREMENTS
A. Meet federal, state, and local requirements limiting the emission of volatile organic
compounds and worker exposures.
B. Protect workers and comply with applicable federal, state, and local air pollution and
environmental regulations for surface preparation, blast cleaning, disposition of spent
aggregate and debris, coating application and dust prevention including, but not limited to the
following Acts, Regulations, Standards, and Guidelines:
(1) Clean Air Act.
(2) National Ambient Air Quality Standard.
(3) Resource Conservation and Recovery Act (RCRA).
C. Comply with applicable federal, state, and local regulations for confined space entry.
D. Provide and operate equipment that meets explosion proof requirements.
3.3 ENVIRONMENTAL CONDITIONS
A. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent,
whenever surface temperature is less than 5 degrees F above the dew point of the ambient air.
B. Surface preparation power tools and blast equipment shall contain dust collection equipment
that will prevent discharge of dust particles into the atmosphere when surface preparation
work is located within enclosures or confined areas with electrical equipment, motors,
instrumentation, or other equipment that may be damaged by airborne dust and particles.
C. Do not apply paint when:
(1) Surface temperatures exceeds the maximum or minimum temperature recommended by
the paint manufacturer,
(2) In dust, smoke -laden atmosphere, damp or humid weather, or under conditions which
could cause icing on the metal surface.
(3) When it is expected that surface temperatures will drop below 5 degrees F above dew
point within 8 hours after application of coating.
3.4 DEHUMIDIFICATION
A. Where weather conditions or Project requirements dictate, Coatings Contractor shall provide
and operate dehumidification equipment to maintain environmental conditions suitable for
abrasive blasting and coating application as specified.
B. Coatings Contractor shall provide dehumidification equipment sized to maintain dew point
temperature 5 degrees F or more below surface temperature of metal surfaces to be cleaned
and painted.
C. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration,
condensation or icing shall be prevented throughout surface preparation and coating
application.
Milwaukee Ave. Water Section 09 96 00 - 98 September 1, 2023
D. Equipment size and power requirements shall be designed by personnel trained in the
operation and setup of dehumidification equipment based on Project requirements and
anticipated weather conditions.
E. Dehumidification equipment shall operate 24 hours per day and continuously throughout
surface preparation and coating application.
F. Coatings Contractor to provide personnel properly trained in the operation and maintenance
of the dehumidification equipment or provided training by the dehumidification equipment
Supplier.
G. Daily maintenance requirements of the equipment shall be documented in writing and posted
near the equipment for review by the Engineer.
H. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a result of
equipment malfunction, shutdown, or other events that result in the loss of environmental
control, will be at the sole expense of the Coatings Contractor.
3.5 VENTILATION AND ILLUMINATION
A. Adequate illumination shall be provided while work is in progress. Whenever required by the
inspector, the Coatings Contractor shall provide additional illumination and necessary
supports to cover all areas to be inspected. The level of illumination for inspection purposes
shall be determined by the inspector.
B. Ventilation shall be used to control potential dust and hazardous conditions within confined
areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required to
reduce air contamination to nonhazardous conditions.
3.6 SURFACES NOT REQUIRING PAINTING
A. Unless otherwise stated herein or shown, the following areas or items will not require
painting:
(1) Concrete and masonry surfaces.
(2) Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, monel,
aluminum, chromium plate, atmospherically exposed weathering steel, and stainless
steel, except where:
(a) Required for electrical insulation between dissimilar metals.
(b) Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is
in contact with concrete or masonry.
(c) Color coding of equipment and piping is required.
(3) Nonmetallic materials such as glass, PVC, wood, porcelain, and plastic (FRP) except as
required for architectural painting or color coding.
(4) Prefinished electrical and architectural items such as motor control centers,
switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical
tile, cabinets, elevators, building louvers, wall panels, etc.; color coding of equipment is
required.
(5) Nonsubmerged electrical conduits attached to unpainted concrete surfaces.
(6) Cathodic protection anodes.
(7) Items specified to be galvanized after fabrication unless specifically required elsewhere
or subject to immersion.
Milwaukee Ave. Water Section 09 96 00 - 99 September 1, 2023
3.7 PREPARATION OF SURFACES
A. Surface Preparation Inspection:
(1) Inspect and provide substrate surfaces prepared in accordance with the Contract
Documents and the printed directions and recommendations of paint manufacturer
whose product is to be applied.
(2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation
work or coating application work.
(3) Perform such work only in the presence of Engineer, unless Engineer grants prior
approval to perform such work in Engineer's absence.
B. Metal Surface Preparation:
(1) General:
(a) Do not perform a surface preparation blast prior to submission of Samples.
Workmanship for metal surface preparation as specified shall meet current Steel
Structures Painting Council (SSPC) Specifications as follows:
(1) Solvent Cleaning: SP 1.
(ii) Hand Tool Cleaning: SP 2.
(iii) Power Tool Cleaning: SP 3.
(iv) White Metal Blast Cleaning: SP 5.
(v) Commercial Blast Cleaning: SP 6.
(vi) Brush -Off Blast Cleaning: SP 7.
(vii) Pickling: SP 8.
(viii) Near -White Blast Cleaning: SP 10.
(ix) Bare Metal Power Tool Cleaning: SP 11.
(b) All surface preparation of new equipment and surfaces shall be assumed to be on a
SSPC Grade A steel surface condition, unless specifically noted otherwise.
(c) Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or
"blast cleaning", or similar words of equal intent are used in the Specifications or in
paint manufacturer's specifications, they shall be understood to refer to the applicable
SSPC Specifications listed above.
(d) Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or
vacu-blast methods may be required. Coating manufacturers' recommendations for
wet blast additives and first coat application shall apply.
(e) Hand tool clean areas that cannot be cleaned by power tool cleaning.
(2) Welds and adjacent areas:
(a) Prepared such that there is:
(1) No undercutting or reverse ridges on the weld bead.
(ii) No weld spatter on or adjacent to the weld or any other area to be painted.
(HONo sharp peaks or ridges along the weld bead.
Milwaukee Ave. Water Section 09 96 00 - 100 September 1, 2023
(b) Grind embedded pieces of electrode or wire flush with the adjacent surface of the
weld bead.
(3) Preblast Cleaning Requirements:
(a) Remove oil, grease, welding fluxes, and other surface contaminants prior to blast
cleaning.
(b) Cleaning methods: Steam, open flame, hot water, or cold water with appropriate
detergent additives followed with clean water rinsing.
(c) Clean small isolated areas as above or solvent cleaned with suitable solvents and
clean cloths.
(d) Round or chamfered all sharp edges and grind smooth burrs, jagged edges, and
surface defects.
(4) Blast Cleaning Requirements:
(a) General:
(1) Type of Equipment and Speed of Travel: Designed to obtain specified degree of
cleanliness.
(ii) Select type and size of abrasive to produce a surface profile that meets the
coating manufacturer's recommendations for the particular coating to be applied
or not less than 20 percent of the specified coating thickness, whichever is more
stringent.
(iii) Meet applicable federal, state, and local air pollution control regulations for blast
cleaning and disposition of spent aggregate and debris.
(iv) Do not reuse abrasive, unless abrasive is a recyclable abrasive.
(5) Shop Blasting:
(a) Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for
inspection of the Work during surface preparation and shop application of paints.
Work shall be subject to the Engineer's approval before shipment to the jobsite.
(b) Items such as structural steel, metal doors and frames, metal louvers, and similar
items as reviewed by the Engineer may be shop prepared and primed. Centrifugal
wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and
prime in accordance with the Specifications.
(6) Field Blasting:
(a) Perform sandblasting for items and equipment where specified and as required to
restore damaged surfaces previously shop or field blasted and primed. Materials,
equipment, procedures, shall meet requirements of Steel Structures Painting Council.
(b) Field blasting in areas with electrical or mechanical equipment, or within buildings
shall be performed with dustless abrasive systems such as "Sponge -Jet", dry ice
abrasive blasting.
(7) Post -Blast Cleaning and Other Cleaning Requirements:
(a) Clean surfaces of dust and residual particles from cleaning operations by dry (no oil
or water vapor) air blast cleaning or other method prior to painting. Vacuum clean
enclosed areas and other areas where dust settling is a problem and wiped with a tack
cloth.
Milwaukee Ave. Water Section 09 96 00 - 101 September 1, 2023
(b) Paint surfaces the same day they are sandblasted. Reblast surfaces that have started to
rust before they are painted.
C. Concrete Surface Preparation:
(1) Do not begin until 30 days after the concrete has been placed or 7 days if steam cured.
(2) Remove grease, oil, dirt, salts or other chemicals, loose materials or other foreign
matter by solvent, detergent, or other suitable cleaning methods.
(3) Clean concrete using mechanical or chemical methods for the degree of cleaning
specified for the coating system in accordance with SSPC SP-13, Surface preparation of
Concrete.
(4) Unless otherwise required for proper adhesion, ensure surfaces are dry prior to coating.
(5) Bug holes, air pockets, and other voids in the concrete will be filled or patched in
chemical exposure areas, secondary containment, and where specifically required.
(6) Concrete Surface Preparation Inspection:
(a) Adhesion Testing:
(1) Tensile testing of the surface preparation shall be performed by the Engineer as
necessary using Type 4 or Type 5 pneumatic adhesion testing equipment in
accordance with ASTM D4541 using 2-inch diameter dollies for concrete surface
adhesion testing.
(ii) Concrete surface or applied coating shall be scored for concrete adhesion testing.
(iii) Adhesive failure greater than 50 percent of the dolly surface area shall indicate
inadequate surface preparation.
(iv) Cohesive failures which results in loss of sound concrete will be acceptable
provided the loss is greater than 50 percent of the dolly surface area.
(v) Low adhesion cohesive failures with a thin layer of concrete due to weak
concrete or laitance over 50 percent of the dolly surface will be rejected.
(b) Concrete Soundness:
(1) Concrete soundness shall be determined using the scratching or hammer impact
methods as defined in SSPC SP-13.
(c) c. Moisture Content:
(1) Moisture shall be tested as Specified in SSPC SP-13 and shall not exceed the
moisture content recommended by the coating manufacturer.
D. Preparation of Existing Coated or Shop Primed Surfaces:
(1) General:
(a) Shop primed or coated surfaces shall be reviewed with the Engineer to determine if
the extent of damage to the coating and suitability of finish coats to adhere to shop
applied coats.
(b) If a cured epoxy, polyurethane, or plural -component material is to be top coated,
brush-off blast as specified herein or as recommended by the existing coating
manufacturer.
Milwaukee Ave. Water Section 09 96 00 - 102 September 1, 2023
(c) Surface preparation recommendations of coating manufacturer shall be subject to
approval of the Engineer.
(2) To be Recoated or Final Coated:
(a) Detergent wash and freshwater rinse.
(b) Perform touch-up repairs of existing coating.
(c) Asphaltic varnish coated ductile iron pipe will require an application of a seal coat
prior to the application of a cosmetic finish coat.
(3) Touch-up Repairs:
(a) Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal,
SP-11.
(b) Feather surrounding intact coating.
(c) Apply one spot coat of the specified primer to bare areas overlapping the prepared
existing coating.
(d) Apply one full finish coat of the specified primer or finish coat(s) overall.
(4) Application of a Cosmetic Coat:
(a) The exact nature of shop -applied coatings is not known in all cases.
(b) Check compatibility by application to a small area prior to starting the coating.
(c) If lifting or other problems occur, request disposition from the Engineer.
E. Brush-off Blast Cleaning:
(1) Equipment, procedure, and degree of cleaning shall meet SSPC-SP 7, Brush-off Blast
Cleaning.
(2) Abrasive: Either conventional abrasive blasting with sand, grit, or nut shells or
specialized abrasive blasting, such as dry ice or "Sponge -Jet" technologies. Abrasives
shall be 60 mesh grit, maximum.
(3) Select various surface preparation parameters such as size and hardness of the abrasive,
nozzle size, air pressure, and nozzle distance from the surface such that the surface is
cleaned without pitting, chipping, or exposure of metal substrate.
(4) Verify parameter selection by blast cleaning a trial area that will not be exposed to
view.
(5) The Engineer shall approve trial blast cleaned area and shall use area as a representative
Sample of surface preparation.
(6) Surface profile shall have the appearance of 100 grit sandpaper with no exposed metal
substrate.
(7) Repair or replace coated surfaces damaged by blast cleaning, where damage is defined
as visible metal substrate. If less than 5 percent of prepared surface has the metal
substrate visible, the coating shall be repaired by application of a brush applied coat. If
greater than 5 percent the coating shall be fully removed to meet the specified surface
cleanliness.
F. Solvent Cleaning:
Milwaukee Ave. Water Section 09 96 00 - 103 September 1, 2023
(1) 1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting
compounds, and any other surface contaminants by the use of solvents, emulsions,
cleaning compounds, steam cleaning, or similar materials and methods which involve a
solvent or cleaning action. 2. Method meets SSPC-SP 1.
3.8 PROTECTION OF SURFACES NOT TO BE PAINTED
A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum
surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other
surfaces not intended to be painted.
B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces.
C. Protect working parts of mechanical and electrical equipment from damage during surface
preparation and painting process.
D. Mask openings in motors to prevent paint and other materials from entering the motors.
3.9 PAINT MIXING
A. Multiple -component coatings:
(1) Prepare using all of the contents of the container for each component as packaged by
the paint manufacturer.
(2) No partial batches will be permitted.
(3) Do not use multiple -component coatings that have been mixed shall not be used beyond
their pot life.
(4) Provide small quantity kits for touchup painting and for painting other small areas.
(5) Mix only components specified and furnished by the paint manufacturer.
(6) Do not intermix additional components for reasons of color or otherwise, even within
the same generic type of coating.
B. Keep paint materials sealed when not in use.
C. Where more than one coat of a material is applied within a given system, alternate color to
provide a visual reference that the required number of coats have been applied.
3.10 APPLICATION OF PAINT
A. General:
(1) Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior
to the succeeding coat.
(2) Apply coatings in accordance with the paint manufacturer's recommendations. Allow
sufficient time between coats to assure thorough drying of previously applied paint.
(3) Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed, or flocking.
(4) Paint units to be bolted together and to structures prior to assembly or installation.
(5) Shop Primed or Factory Finished Surfaces:
(a) Inspection: Schedule with Engineer in advance for shop primed or factory -finished
items delivered to the Site for compliance with the Specifications.
(b) Power sand areas of chipped, peeled, or abraded coating, feathering the edges.
Follow with a spot primer using specified primer.
Milwaukee Ave. Water Section 09 96 00 - 104 September 1, 2023
(c) For two -package or converted coatings, consult the coatings manufacturer for
specific procedures as relates to top coating of products.
(d) Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and grease,
and apply a mist coat of specified primer, 1.0 mil dry film thickness.
(e) After welding, prepare and prime holdback areas as required for the specified paint
system. Apply primer in accordance with manufacturer's instructions.
(6) Manufacturer Applied Paint Systems:
(a) Repair abraded areas on factory -finished items in accordance with the equipment
manufacturer's directions.
(b) Carefully blend repaired areas into the original finish.
B. Application Safety:
(1) Performed painting in accordance with recommendations of the following:
(a) Paint manufacturer's instructions.
(b) NACE contained in the publication, Manual for Painter Safety.
(c) Federal, state, and local agencies having jurisdiction.
(2) Coatings Contractor will be solely and completely responsible for condition of the Site,
including safety of all persons (including employees) and property during performance
of the Work. This requirement will apply continuously and not be limited to normal
working hours. Safety provisions will conform to U.S. Department of Labor,
Occupational Safety and Health Act, any equivalent state law, and all other applicable
federal, state, county, and local laws, ordinances, and codes.
(3) Coatings Contractor will comply with all safety -training requirements promulgated or
required for this Project.
C. Film Thickness:
(1) Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the
spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as
MDFTPC or SFPGPC.
(2) Applied coating system film thickness per coat shall be applied at the specified coating
thickness or the manufacturer's recommended minimum thickness, whichever is
greater. Where the manufacturer has not specified a minimum coating thickness on the
Product Data sheets, the minimum recommended coating application thickness shall
apply-
(3) Maximum film build per coat shall not exceed the coating manufacturer's
recommendations.
(4) Surfaces that are subject to immersion, condensing environments, or where specifically
specified shall be stripe coated on all angles, edges, corners, threads, welds, and similar
type surfaces. Stripe coat shall be an extra coat of the intermediate or topcoat material.
The stripe coat shall be a separate coat of paint from coats specified under the coating
system. Stripe coats shall be alternated in color similar to a full coat.
(5) Number of coats: Minimum required irrespective of the coating thickness. Additional
coats may be required to obtain the minimum required paint thickness, depending on
Milwaukee Ave. Water Section 09 96 00 - 105 September 1, 2023
method of application, differences in manufacturers' products, and atmospheric
conditions.
D. Porous Surfaces, Such as Concrete, Masonry:
(1) Prime Coat:
(a) May be thinned to provide maximum penetration and adhesion.
(b) Type and Amount of Thinning: Determined by the paint manufacturer and is
dependent on surface density and type of coating.
(c) Surfaces Specified to Receive Water Base Coating: Damp, but free of running water,
just prior to application of the coating.
E. Damaged Coatings, Pinholes, and Holidays:
(1) Feather edges and repaired in accordance with the recommendations of the paint
manufacturer.
(2) Repair fusion bonded coatings to be as recommended by the original applicator.
Applicator shall provide liquid repair kits for this purpose as recommended by the
coating manufacturer.
(3) Apply finish coats, including touchup and damage -repair coats in a manner that will
present a uniform texture and color -matched appearance.
F. Unsatisfactory Application:
(1) If the item has an improper finish color, or insufficient film thickness, clean and topcoat
surface with specified paint material to obtain the specified color and coverage. Obtain
specific surface preparation information from the coating manufacturer. Hand or power
sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow
with primer and finish coat in accordance with the Specifications. Depending on the
extent of repair and its appearance, a finish sanding and topcoat may be required.
(2) Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for
rejection.
(3) Repair defects in coating system per written recommendations of coating manufacturer.
(4) Leave all staging up until the Engineer has inspected the surface or coating. Replace
staging removed prior to approval by Engineer.
3.11 COATING INSPECTION
A. General:
(1) Film thickness measurements and electrical inspection of the coated surfaces:
(a) Perform with properly calibrated instruments.
(2) Recoat and repair as necessary for compliance with the Specifications.
(3) All coats will be subject to inspection by the Engineer and the coating manufacturer's
representative.
(4) Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper
and complete coverage has been attained.
(5) Give particular attention to edges, angles, flanges, and other areas where insufficient
film thicknesses are likely to be present and ensure proper milage in these areas.
Milwaukee Ave. Water Section 09 96 00 - 106 September 1, 2023
B. Coating Thickness Testing:
(1) Engineer shall conducted coating thickness testing as necessary and without limitation.
Testing conformance to the requirements of SSPC PA-2 is specifically excluded from
this Section.
(2) Measure coating thickness specified in mils with a magnetic type dry film thickness
gauge as specified.
(3) Check each coat for the correct milage. Do not make measurement before a minimum
of 8 hours after application of the coating.
(4) Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test.
Coatings Contractor shall repair coating after thickness testing.
C. Coating Continuity Testing:
(1) Test finish coat, except zinc primer, galvanizing, and elastomeric coatings in excess of
20 mils dry, for holidays and discontinuities with an electrical holiday detector, low
voltage, wet sponge type as specified.
(2) Holiday detect coatings in excess of 20 mils dry and concrete and secondary
containment coatings with high voltage units recommended by the coating
manufacturer in accordance with NACE RP0188.
(3) Holiday detect coatings on pipe for buried application with high voltage spark tester in
accordance with NACE RP0274.
3.12 CLEANUP
A. Place cloths and waste that might constitute a fire hazard in closed metal containers or
destroyed at the end of each day.
B. Upon completion of the Work, remove staging, scaffolding, and containers from the Site or
destroy in a legal manner.
C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave
entire job clean.
D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be
painted would be the responsibility of the Coatings Contractor.
3.13 MANUFACTURER SERVICES
A. Furnish paint manufacturer's representative to visit the Site at intervals during surface
preparation and painting as may be required for product application quality assurance, and to
determine compliance with manufacturer's instructions and the Contract Documents, and as
may be necessary to resolve field problems attributable to, or associated with, manufacturer's
products furnished under this Contract.
3.14 PROTECTIVE COATING SYSTEMS AND APPLICATION SCHEDULE:
A. Unless otherwise shown or specified in the Contract Documents, paint or coat the Work in
accordance with the following application schedule.
B. In the event of discrepancies or omissions in the following, request clarification from the
Engineer before starting the Work in question.
Milwaukee Ave. Water Section 09 96 00 - 107 September 1, 2023
System No.
Title
1
Submerged Metal - Potable Water
4
Exposed Metal - Highly Corrosive
5
Exposed Metal - Mildly Corrosive
8A
Buried Metal — Shop Coated
8B
Buried Metal — Field Coated
10
Galvanized Metal Conditioning
11
Galvanized Metal Repair
27
Aluminum And Dissimilar Metal Insulation
29
Fusion Bonded Coating
C. System No. 1 Submerged Metal - Potable Water:
(1) Surface Preparation and Coating System:
(a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel
Blast (SP 5) Polyamide Epoxy Coating 3 coats, 4 MDFTPC
(2) Application:
(a) All metal surfaces new and existing below a plane 1 foot above the maximum liquid
surface, metal surfaces above the maximum liquid surface which are a part of the
immersed equipment, concrete embedded surfaces of metallic items under submerged
or buried conditions, such as wall pipes, pipes, wall or floor sleeves, access
manholes, gate guides and thimbles, and structural steel, except reinforcing steel,
unless otherwise specified.
(b) This system shall be applied to the following specific items:
(1) Flanged or mating metal surfaces of access manways, air valves, and other
immersed metal surface on interior of pipeline.
(ii) Buried miscellaneous metals as alternative to System No. 8A, subject to Engineer
approval.
(c) Interior mortar lining shall transition onto epoxy lining by overlapping mortar coating
for a minimum of 18 inches onto the epoxy coating. Location of overlap to be
determined by the pipe fabricator, but shall not be less than 24 inches below finished
grade unless otherwise noted.
D. System No. 4 Exposed Metal - Highly Corrosive:
(1) Surface Preparation and Coating System:
(a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel
Blast (SP 10) Moisture Cured Zinc Rich Primer 1 coat, 3 MDFT Moisture Cured
Urethane 1 coat, 5 MDFT Moisture Cured Urethane 1 coat, 5 MDFT
(2) Application:
Milwaukee Ave. Water Section 09 96 00 - 108 September 1, 2023
(a) All new exposed metal surfaces, located inside of structures, manholes, or vaults
and/or subject to high humidity or condensation.
(b) All surfaces with shop applied fusion bonded epoxy or other two component coating
system shall be prepared as specified for Existing or Shop Applied coatings and top
coated with the specified coating material. Final color shall be uniform in
appearance.
(c) Moisture cured urethane coatings as specified are available from Wasser Chemical
and Sherwin Williams. Other coating manufacturers will only be considered if the
product complies with the unlimited recoat window.
E. System No. 5 Exposed Metal - Mildly Corrosive:
(1) Surface Preparation and Coating System:
(a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel
Blast (SP 10) Inorganic Zinc Rich Primer 1 coat, 3 MDFT Polyurethane Enamel 2
coats, 6 MDFT
(2) Application:
(a) Exposed metal surfaces, new located outside of structures and exposed to weather.
(b) The specified coating systems at transitions between buried or concrete encasement
and exposed pipe shall be overlapped a minimum of 6 inches.
F. System No. 8A Buried Metal, Shop Coated:
(1) Surface Preparation and Coating System:
(a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel
Blast (SP5) Polyurethane 1 coat, 35 MDFT
(2) Use on the Following areas or surfaces:
(a) All buried steel pipe shall be shop coated in accordance with Section 33 14 00 —
Water Utility Transmission and Distribution.
(b) All buried or concrete encased ferrous metal pipe, fittings, and appurtenances shall be
shop coated with this system, unless specified otherwise.
(c) Epoxy coating in accordance with System No. 1 shall be allowable in lieu of System
No. 8 only when approved by the Engineer. Manufacturer shall specifically request
the use of System No. 1 in writing for Engineer review and approval.
G. System No. 8B Buried Metal, Field Coated:
(1) Surface Preparation and Coating System:
(a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, (SP10) or Power
Tool to Bare Metal (SP11) Polyurethane - or — Wax Tape - or — Fast Cure Epoxy 35
MDFT 35 MDFT 1 coat, 20 MDFT
(2) Use on the Following areas or surfaces:
(a) Field coat all buried metallic items with this system, unless specified in Section 33 14
00 — Water Utility Transmission and Distribution, or approved by Engineer.
(b) All buried non-ferrous valves, pipe, or tubing.
(c) All buried miscellaneous metals, valves, fittings, and associated bolts.
Milwaukee Ave. Water Section 09 96 00 - 109 September 1, 2023
(3) Special Requirements:
(a) Polyurethane coating manufacturers shall be as specified in Section 33 14 00 — Water
Utility Transmission and Distribution.
(b) Wax Tape manufacturer shall be Denso North America, Trenton, or equal.
(c) Fast cure Epoxy coatings shall be:
(1) Denso Protal 7125 (Low temperature) or Protal 7300.
(ii) Tapecoat TC 7010.
(iii) 3M ScotchKote 323.
H. System No. 10 Galvanized Metal Conditioning:
(1) Surface Preparation and Coating System:
(a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by
Hand Tool (SP 2) or Power Tool (SP 3) Wash Primer 1 Coat, 0.4 MDFT Finish Coats
to Match Existing Paint As Required to Match Surrounding Area
(2) Application:
(a) All galvanized surfaces requiring painting.
I. System No. 11 Galvanized Metal Repair:
(1) Surface Preparation and Coating System: Surface Prep. Paint Material Min. Coats,
Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2), or Power Tool (SP 3), or
Brush-off Blast (SP 7) Organic Zinc Rich Primer 1 Coat, 3 MDFT
(2) Application:
(a) All galvanized surfaces which are abraded, chipped, or otherwise damaged.
J. System No. 27 Aluminum and Dissimilar Metal Insulation:
(1) Surface Preparation and Coating System:
(a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Wash Primer 1
Coat, 0.4 MDFT Bituminous Paint 1 Coat, 10 MDFT
(2) Application: Use on all non -submerged concrete embedded aluminum surfaces.
K. K. System No. 29 Fusion Bonded Coating:
(1) Surface Preparation and Coating System :
(a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel
Blast (SP 10) or Acid Pickling (SP 8) Fusion Bonded 100% solids Epoxy or
Polyurethane 1 or 2 coats, 7 MDFT
(2) Application:
(a) Use on the following areas: All surfaces specified to be shop coated and intended for
burial, immersion, high humidity and condensation, and pipe vault components
where specifically specified.
(b) Use on the following items or surfaces: Pipe, valves, fittings, and couplings.
END OF SECTION
Milwaukee Ave. Water Section 09 96 00 - 110 September 1, 2023
SECTION 3100 00
EARTHWORK
PART GENERAL
A. RELATED DOCUMENTS
a. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division I - General Requirements apply to work of this section
B. SECTION INCLUDES
a. This section of the specifications refers to general excavation of various materials
at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation
related to paving, flexible base, topsoil placement, and other miscellaneous
grading items. For trenching -specific earthwork and excavations at least five feet
deep, refer to Section 3123 00 — Excavation and Fill.
C. RELATED SECTIONS
a. Section 0140 0 — Quality Requirements.
b. Section 3123 00 — Excavation and Backfill.
c. Section 03 30 00 - Cast -in -Place Concrete.
d. City of Lubbock Public Works Engineering — Minimum Design Standards and
Specifications.
D. REFERENCES
a. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)
b. ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates
c. ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils
d. ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12,400 ft — lb/ft3).
e. ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200
(75-micrometer) Sieve
f. ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the
Sand -Cone Method
g. ASTM D 1557 (2002) Test Methods for Laboratory Compaction
Characteristics of Soil Using Modified Effort (56,000 ft— lbf/ft3)
Milwaukee Ave. Water Section 31 00 00 - I I I September 1, 2023
h. ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils
i. ASTM D 2487 (2000) Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
j. ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by
Nuclear Methods (Shallow Depth)
k. ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear
Methods (Shallow Depth)
1. ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of
Soils
E. DEFINITIONS
a. Backfill: Soil materials used to fill an excavation.
b. Base Course: Layer placed between the subbase course and asphalt paving.
c. Borrow: Satisfactory soil imported from off -site for use as fill or backfill.
d. Excavation: Removal of material encountered above subgrade elevations.
e. Additional Excavation: Excavation below subgrade elevations as directed by
Engineer. Additional excavation and replacement material will be paid for
according to Contract provisions for changes in the Work.
f. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30
feet in either length or width, and not associated with trenching for pipe
installation.
g. Unauthorized Excavation: Excavation below subgrade elevations or beyond
indicated dimensions without direction by Engineer. Unauthorized excavation, as
well as remedial work directed by Engineer, shall be without additional
compensation.
h. Fill: Soil materials used to raise existing grades.
i. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs,
mechanical and electrical appurtenances, or other man-made stationary features
constructed above or below the ground surface.
j. Subbase Course: Layer placed between the subgrade and base course for asphalt
paving, or layer placed between the subgrade and a concrete pavement or walk.
k. Subgrade: Surface or elevation remaining after completing excavation, or top
surface of a fill or backfill immediately below subbase, drainage fill, or topsoil
materials.
Milwaukee Ave. Water Section 31 00 00 - 112 September 1, 2023
1. Utilities: Include on -site underground pipes, conduits, ducts, and cables.
m. Suitable Material: Suitable soil materials are those meeting specification
requirements. Unsuitable soils meeting specification requirements for suitable
soils after treatment with lime or cement are considered suitable, unless otherwise
indicated.
n. Unsatisfactory Materials: Materials which do not comply with the requirements
for satisfactory materials are unsatisfactory. Unsatisfactory materials also include
man-made fills; trash; refuse; backfills from previous construction; and material
classified as satisfactory which contains root and other organic matter or frozen
material. The Engineer shall be notified of any contaminated materials.
o. Cohesionless and Cohesive Materials: Cohesionless materials include materials
classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include
materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM
and SM will be identified as cohesionless only when the fines are nonplastic.
Testing required for classifying materials shall be in accordance with ASTM D
4318, ASTM C 136, ASTM D 422, and ASTM D 1140.
p. Degree of Compaction: Degree of compaction required is expressed as a
percentage of the maximum density obtained by the test procedure presented in
ASTM D 698 or ASTM D 1557 as designated in the Contract Documents
abbreviated as a percent of laboratory maximum density. Procedure A, B or C
shall be applied as applicable along with corrections according to ASTM D 4718.
For free draining soils, use maximum reference density according to ASTM D
4253.
q. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet
of excavated material shall be defined as clean and uncontaminated soils capable
of sustaining plant life.
F. SUBMITTALS
a. Material Reports
b. Classification according to ASTM D 2487 for each site of borrow soil material.
c. Laboratory compaction curve according to ASTM D 698 for each on -site or
borrow soil material.
G. QUALITY ASSURANCE
a. Refer to Section 0140 00 —Quality Requirements.
Milwaukee Ave. Water Section 31 00 00 - 113 September 1, 2023
PART 2 PRODUCTS
A. SOIL MATERIALS
a. General: Provide borrow soil materials when sufficient satisfactory soil materials
are not available from excavations.
b. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW,
SP, and SM, or a combination of these group symbols; free of rock or gravel
larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation,
and other deleterious matter. Satisfactory soils should have a liquid limit of 45
maximum and a plasticity index of 15 maximum.
c. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH,
CL, CH, OL, OH, and PT, or a combination of these group symbols.
d. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent
of optimum moisture content at time of compaction.
e. Backfill and Fill: Satisfactory soil materials.
f. Subbase: Satisfactory soils.
g. The material for flexible base shall consist of crushed caliche (limestone,
calcareous clay particles, conglomerate, gravel, or other approved granular
materials) produced from oversized quarried aggregate, sized by crushing and
produced from a naturally occurring single source except that blending of clean
crushed concrete will be allowed. Blended material must meet requirements for
flexible base as defined in this and other sections. The material source shall be
subject to approval by the Engineer. If material characteristics within the
approved source change, the material shall be subject to retesting and re -approval
prior to continued use. The Contractor shall not change material sources without
approval by the Engineer.
h. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.02 Flexible Base (Caliche).
i. Subgrade material for concrete or asphalt construction shall consist of suitable
native soil or off site soil, free from vegetation or other objectionable matter. All
unstable or objectionable material shall be removed from the subgrade and
replaced with approved material.
j. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.01 Subgrade.
B. ACCESSORIES
Milwaukee Ave. Water Section 31 00 00 - 114 September 1, 2023
a. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape
manufactured for marking and identifying underground utilities uncovered during
prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed
with a description of the utility; colored as follows:
b. Red: Electric.
c. Yellow: Gas and oil.
d. Orange: Telephone and other communications.
e. Blue: Water systems.
f. Green: Sewer systems.
g. Warning tape to be placed within 3 feet of ground surface.
C. PREPARATION
a. Protect structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, undermining, washout, and other
hazards created by earthwork operations.
b. Protect subgrades and foundation soils against freezing temperatures or frost.
c. Provide erosion -control measures to prevent erosion or displacement of soils and
discharge of soil -bearing water runoff or airborne dust to adjacent properties and
walkways.
D. STRIPPING OF TOPSOIL
a. Topsoil will be separately excavated, stored, and used for surface finish in
preparation for seeding, sodding, or other planting, only where topsoil is
definitely superior for grass and plant growth as compared with the remainder of
the excavated material. In general, this shall be considered as the top 6 inches of
excavated material. Surface soil that is heavy clay, predominantly sandy, or is
lean in grass -and plant -growth qualities, will not be saved. The hauling,
spreading, smoothing, and maintenance of the topsoil in preparation for the
seeding and planting operations are generally considered under a separate section,
and therefore are not considered in this specification.
E. FROZEN MATERIAL
a. Soils shall not be placed on a foundation which contains frozen material, or which
has been subjected to freeze -thaw action. This prohibition encompasses all
foundation types, including the natural ground, all prepared subgrades (whether in
an excavation or on an embankment) and all layers of previously placed and
compacted earth fill which become the foundations for successive layers of earth
Milwaukee Ave. Water Section 31 00 00 - 115 September 1, 2023
fill. All material that freezes or has been subjected to freeze -thaw action during
the construction work, or during periods of temporary shutdowns, such as, but not
limited to, nights, holidays, weekends, winter shutdowns, or earthwork
operations, shall be removed to a depth that is acceptable to the Engineer and
replaced with new material. Alternatively, the material will be thawed, dried,
reworked, and recompacted to the specified criteria before additional material is
placed. The Engineer will determine when placement of fill or backfill shall cease
due to cold weather. The Engineer may elect to use average daily air
temperatures, and/or physical observation of the soils for his determination.
Embankment material shall not contain frozen clumps of soil, snow, or ice.
F. EXCAVATION FOR WALKS AND PAVEMENTS
a. Excavate surfaces under walks, pavements and similar paths to indicated cross
sections, elevations, and grades.
G. SUBGRADE PREPARATION
a. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.01 Subgrade.
H. UNSUITABLE MATERIAL
a. If unsuitable material is encountered during subgrade preparation regardless of
how it is discovered, the Contractor shall take corrective action as directed by the
Engineer. If removal and replacement of the material is required or if drying is
required deeper than 6 inches below subgrade it will be considered over
excavation and paid for separately. Contractor shall back fill any over excavation
with suitable material and compact to 95% of Modified Proctor Density at a
moisture content within 2% of optimum in accordance to ASTM D698.
I. FLEXIBLE BASE CONSTRUCTION
a. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to
placing base material.
b. Refer to City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications, 8.08.02 Flexible Base (Caliche).
J. STORAGE OF SOIL MATERIALS
a. Stockpile satisfactory excavated soil materials. Stockpile soil materials without
intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or
spray with dust suppressant to prevent windblown dust.
Milwaukee Ave. Water Section 31 00 00 - 116 September 1, 2023
b. Stockpile soil materials away from edge of excavations. Do not store within drip
line of trees.
K. UTILITY TRENCH BACKFILL
a. Refer to Section 3123 00 — Excavation and Fill.
L. FILL
a. Preparation: Remove vegetation, 6" of topsoil, debris, unsatisfactory soil
materials, obstructions, and deleterious materials from ground surface before
placing fills.
b. Plow, scarify, bench, or break up sloped surfaces steeper than I vertical to 4
horizontal so fill material will bond with existing material.
c. Place and compact fill material to required elevations as directed in Paragraph
3.12 using satisfactory soil material.
M. MOISTURE CONTROL
a. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer
before compaction to within 2 percent of optimum moisture content.
b. Do not place backfill or fill material on surfaces that are muddy, frozen, or
contain frost or ice.
c. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material
that exceeds optimum moisture content by 2 percent and is too wet to compact to
specified dry unit weight.
N. COMPACTION OF FILLS
a. Place fill materials in layers not more than 6 inches in loose depth for material
compacted by heavy compaction equipment, and not more than 4 inches in loose
depth for material compacted by hand -operated tampers.
b. Each layer of backfill or fill material should be compacted to a minimum of 95%
of Modified Proctor Density at a moisture content within 2% of optimum.
c. Use only hand -operated tamping equipment or place flowable backfill to achieve
a minimum cover of 12 inches over pipes, conduits, and ducts. Do not use heavy
compacting equipment until adequate cover is attained to prevent damage to
pipes, conduits, or ducts. Do not use vibratory equipment unless approved by the
Owner and until 5 feet of cover over pipes, conduits and ducts is obtained. Use of
vibratory equipment within 10 feet measured from the top of finished surface or
Milwaukee Ave. Water Section 31 00 00 - 117 September 1, 2023
adjacent to existing structures will only be permitted if approved by the Owner on
a case -by -case basis.
O. TESTING
a. Testing Agency: Contractor shall perform construction materials testing in
conformance with Section 0140 00 — Quality Requirements. Contractor shall be
responsible for paying for failing tests conducted by Owner. Such failing tests
shall include pro-rata technician time charges, pro-rata mileage expense and other
pro -rated agency charges.
b. Allow testing agency to inspect and test subgrades and each fill or backfill layer.
Proceed with subsequent earthwork only after Engineer has verified that test
results for previously completed work comply with requirements.
c. Testing agency will test compaction of soils in place according to ASTM D 1556
and ASTM D 2922, as applicable. Tests will be performed at the following
locations and frequencies:
d. Paved Areas: At subgrade and at each compacted fill layer, at least one test for
every 5000 sq. ft. or less of paved area, but in no case fewer than three tests.
e. Trench Backfill: Refer to Section 3123 00 — Excavation and Fill.
f. When testing agency reports that subgrades, fills, or backfills have not achieved
degree of compaction specified, scarify and moisten or aerate, or remove and
replace soil to depth required; recompact and retest until specified compaction is
obtained. Contractor shall be responsible for paying for failing tests conducted by
Owner. Such failing tests shall include pro-rata technician time charges, pro-rata
mileage expense and other pro -rated agency charges.
P. GRADING
a. General: Uniformly grade areas to a smooth surface free from irregular surface changes.
Comply with compaction requirements and grade to cross sections, lines, and elevations
indicated.
b. Provide a smooth transition between adjacent existing grades and new grades.
c. Cut out soft spots, fill low spots, and trim high spots to comply with required surface
tolerances.
d. Site Grading: Finish subgrades to required elevations within the following tolerances:
e. Lawn or Unpaved Areas: Plus or minus I inch.
f. Walks: Plus or minus I inch.
g. Pavements: Plus or minus 3/8 inch.
Milwaukee Ave. Water Section 31 00 00 - 118 September 1, 2023
Q. PROTECTION
a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion.
Keep free of trash, debris and excess weeds.
b. Repair and reestablish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled, or where they lose compaction due to
subsequent construction operations or weather conditions.
c. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and
re -compact.
d. Where settling occurs before Project correction period elapses, remove finished
surfacing, backfill with additional soil material, compact, and reconstruct surfacing.
e. Restore appearance, quality, and condition of finished surfacing to match adjacent work,
and eliminate evidence of restoration to the greatest extent possible.
R. DISPOSAL OF SURPLUS AND WASTE MATERIALS
a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory
soil, trash, and debris, and legally dispose of it off Owner's property according to Section
02 42 00 — Removal and Diversion of Construction Materials.
PART 3 EXECUTION
END OF SECTION
Milwaukee Ave. Water Section 31 00 00 - 119 September 1, 2023
THIS PAGE INTENTIONALLY LEFT BLANK
AIL
MOW City of
Lubbock
SECTION 3123 00
EXCAVATION AND BACKFILL FOR UTILITIES
PART GENERAL
1.1 SUMMARY
A. This section of the specifications includes information on excavation, trenching, foundation,
embedment, and backfill for installation of utilities, including manholes and pipeline
structures.
B. Section Includes:
(1) Soil Materials for embankment.
1.2 DEFINITIONS
A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade
after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation
backfill material placed and compacted in over -excavations.
B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation
up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D.
C. Haunching — The material placed on either side of the pipe from the foundation to the
springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to
opposite sidewall, excluding the bedding section as shown on the plans.
D. Initial Backfill — The portion of trench backfill that extends vertically from the top of
haunching or cement stabilized backfill up to a level line immediately below pavement
subgrade, and horizontally from on trench sidewall to opposite sidewall.
E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and
initial backfill.
F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe
embedment up to a line immediately below pavement subgrade or up to final grade when not
beneath paving.
G. Backfill — Suitable material meeting specified quality requirements, placed and compacted
under controlled conditions.
H. Ground Water Control Systems — Installations external to trench, such as well points,
eductors, or deep wells. Ground water control includes dewatering to lower ground water,
intercepting seepage which would otherwise emerge from side or bottom of trench
excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to
Section 3123 19 — Dewatering.
L Surface Water Control — Diversion and drainage of surface water runoff and rain water away
from trench excavation. Rain water and surface water accidentally entering trench shall be
controlled and removed as a part of excavation drainage.
J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or
other approved means.
K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls
of pipe embedment zone. Maintain trench conditions that provide for effective placement
and compaction of embedment material directly on or against undisturbed soils or foundation
backfill, except where structural trench support is necessary.
Milwaukee Ave. Water Section 3123 00 - 121 September 1, 2023
MOW City Of
Lubbock
L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment
zone as a result of typically dry soils or achieved by ground water control (dewatering or
depressurization) for trenches extending below ground water level.
M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by
excavation drainage.
N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to
supplement ground water control systems to control seepage and provide stable trench
subgrade in predominately clayey soils prior to bedding placement.
O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone
in combination with ground water control in predominately sandy or silty soils.
P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground
water inflow or high water content causes soil disturbances, such as sloughing, sliding,
boiling, heaving, or loss of density.
Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below
trench shields or shoring installations may be used to allow placement and compaction of
foundation or embedment materials directly against undisturbed soils. Depth of a subtrench
depends upon trench stability and safety as determined by the Contractor.
R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing
capacity or composed of otherwise unsuitable materials below top of foundation as shown on
Drawings, and backfilled with foundation backfill material.
S. Foundation Backfill Materials —Natural soil or manufactured aggregate of controlled
gradation, to control drainage and material separation. Foundation backfill material is placed
and compacted as backfill to provide stable support for bedding.
T. Trench Safety Systems include both protective systems and shoring systems as defined in
Section 3150 00 — Excavation Support and Protection
U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as
work proceeds, used as a protective system and designed to withstand forces imposed on it by
cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so
designed or placed in a series depending on depth and length of excavation to be protected.
V. Shoring System — A structure that supports sides of an excavation to maintain stable soil
conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent
installations or improvements.
1.3 REFENCES
A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures.
B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
Mixtures Using 5.5-lb. Rammer and 12 inch Drop.
C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method.
D. ASTM D 2487 — Classification and Soils for Engineering Purposes.
E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear
Methods (Shallow Depth).
F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear
Methods (Shallow Depth).
G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
Milwaukee Ave. Water Section 3123 00 - 122 September 1, 2023
City of
Lubbock
.S
I. TxDOT Tex- 110-E —Determination of Particle Size Analysis of Soils.
J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and
Health Administration (OSHA).
1.4 SUBMITTALS
A. Conform to Section 0133 00 — Submittal Procedures
B. Submit a written description for information only of the planned typical method of
excavation, backfill placement, and compaction, including:
(1) Sequence of work and coordination of activities.
(2) Selected trench widths and dimensions of excavations.
(3) Procedures for foundation and embedment placement, and compaction.
(4) Procedure for use of trench boxes and other pre -manufactured systems while assuring
specified compaction against undisturbed soils.
C. Submit backfill material sources and product quality information in accordance with
requirements of Section 02320 — Utility Backfill Materials.
D. Submit record of location of pipe as installed, referenced to Texas North Central State Plane
coordinate system (NAD83).
(1) Include locations of utilities encountered that are not shown on drawings or rerouted for
the convenience of the Contractor.
(2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing,
etc.
E. Submit field density tests of trench Backfill.
F. Submit laboratory density compaction curves for each material.
1.5 TESTS
A. The Contractor is to perform Backfill material source qualification testing in accordance with
requirements of Section 3123 23.13 - Backfill.
B. The Contractor shall have a competent, separate agency perform field density tests of trench
Backfill representative of each 200 linear feet of trench and each compacted layer.
PART 2 PRODUCTS
2.1 EQUIPMENT
A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the
requirements of this Section.
B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is
obtained over pipes, conduits, and ducts.
C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage
to pipes, conduits, or ducts.
D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is
obtained.
E. Do not use vibratory equipment if adjacent structures could be affected.
F. Use trench shields or other protective systems or shoring systems which are designed and
operated to achieve placement and compaction of Backfill directly against undisturbed native
soil.
Milwaukee Ave. Water Section 3123 00 - 123 September 1, 2023
City of
Lubbock
,S
2.2 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product
descriptions of Section 3123 23.13 — Backfill.
2.3 ACCESSORIES
A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant
polyethylene film warning tape manufactured for marking and identifying underground
utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description
of the utility; colored as follows:
(1) Red — Electric
(2) Yellow — Gas, oil, steam, and dangerous materials.
(3) Orange — Telephone and other communications.
(4) Blue — Water systems.
(5) Green — Sewer systems.
B. Locator Wire: Install continuously coated fourteen (14) gauge locating wire as indicated on
Plans.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install flexible pipe to conform to the trench details shown in the drawings.
B. Install rigid pipe to conform to the trench details shown in the drawings.
3.2 PREPARATION
A. Establish traffic control to conform to requirements of Section 01 56 23 — Barricades, Signs,
and Traffic Handling and the drawings.
B. Perform work to conform to applicable safety standards and regulations.
C. Employ a trench safety system as specified in Section 02260 — Excavation Support and
Protection.
D. Immediately notify the agency or company owning any existing utility line which is
damaged, broken, or disturbed.
E. Obtain approval from the Engineer and agency for any repairs or relocations, either
temporary or permanent.
F. Remove existing pavements and structures, including sidewalks and driveways, to conform to
requirements of Section 02 40 00 — Demolition and Structure Moving.
G. Maintain permanent benchmarks, monumentation and other reference points, and unless
otherwise directed in writing, replace those which are damaged or destroyed.
3.3 PROTECTION
A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the
construction limits.
B. Protect and support above grade and below grade utilities, which are to remain.
C. Restore damaged permanent facilities to pre -construction conditions unless replacement or
abandonment of facilities are indicated on the Drawings.
D. Take measures to minimize erosion of trenches and excavations.
Milwaukee Ave. Water Section 3123 00 - 124 September 1, 2023
Lubbock
u5
E. Do not allow water to pond in trenches or excavations.
F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or
potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner.
G. The Contractor shall locate all existing underground lines, whether or not they are shown on
the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto.
H. Verification of location, size, and burial depth of existing utilities shall be the complete
responsibility of the Contractor.
L The Contractor is responsible for notifying pipeline and cable utility owners of the intention
to cross said utility no less than seven (7) days prior to crossing the utility.
J. Coordinate vertical separation requirements with utility owners and any other special
construction considerations.
K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to
constructing these changes.
L. Trench digging machinery may be used to make the trench excavations except in places
where operation of same would cause damages to pipelines, fences, or other existing
structures either above or below ground; in such instances hand methods shall be employed.
3.4 EXCAVATION
A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and
alignments shown on the Drawings.
B. Avoid disturbing surrounding ground and existing facilities and improvements.
C. Determine trench excavation widths based on the requirements shown on the plans.
D. Use sufficient trench width or benches above the embedment zone for installation of well
point headers or manifolds and pumps where depth of trenches makes it uneconomical or
impractical to pump from the surface elevation.
E. Provide sufficient space between shoring cross braces to permit equipment operations and
handling of forms, pipe, embedment and backfill, and other materials.
F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal,
or concealed conditions, discontinue work at that location. Notify the Engineer and obtain
instructions before proceeding.
G. Shoring of Trench Walls:
(1) Install special shoring in advance of trench excavation or simultaneously with the
trench excavation, so that the soils within the full height of the trench excavation walls
will remain laterally supported at all times.
(2) For all types of shoring, support trench walls in the pipe embedment zone throughout
the installation.
(3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil
out behind the trench wall support.
(4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe
embedment zone in place to preclude loss of support of foundation and embedment
materials.
(5) Leave rangers, walers, and braces in place as long as required to support the sheeting,
which has been cut off, and the trench wall in the vicinity of the pipe zone.
(6) Employ special methods for maintaining the integrity of embedment or foundation
material.
Milwaukee Ave. Water Section 3123 00 - 125 September 1, 2023
MOW City of
Lubbock
,, $
(7) Before moving supports, place and compact embedment to sufficient depths to provide
protection of pipe and stability of trench walls.
(8) As supports are moved, finish placing and compacting embedment.
(9) If sheeting or other shoring is used below top of the pipe embedment zone, do not
disturb pipe foundation and embedment materials by subsequent removal.
(10) Maximum thickness of removable sheeting extending into the embedment zone shall be
the equivalent of a one (1) inch thick steel plate.
(11) Fill voids left on removal of supports with compacted backfill material.
H. Wherever necessary to prevent caving, the trench shall be adequately supported as required
by the Drawings and Specifications.
L The Contractor is entirely responsible for assuring that trenches are adequately supported to
protect both the workers and the public.
J. Use of Trench Shields/Trench Boxes:
(1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely,
without damage to the trench sidewalls.
(2) Move trench shields so that pipe, and backfill materials, after placement and
compaction, are not damaged or disturbed, or the degree of compaction reduced.
(3) When required, place, spread, and compact pipe foundation and bedding materials
beneath the shield.
(4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread.
(5) Place and compact backfill materials against undisturbed walls and foundation.
(6) Maintain trench shield in position to allow sampling and testing to be performed in a
safe manner.
(7) Contractor shall provide trench shield for Owner's tests within the trench as required in
paragraph 3.11.13
3.5 HANDLING EXCAVATION MATERIALS
A. Use only excavated materials which are suitable as defined in this Section and conforming to
Section 3123 23.13 - Backfill.
B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent
slides or cave-ins.
C. Do not place stockpiles of excess excavated materials on streets and adjacent properties.
D. Protect excess stockpiles for use on site.
E. Maintain site conditions in accordance with the plans.
3.6 TRENCH FOUNDATION
A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the
bottom of the trench over the entire length of the pipe.
B. Any part of the trench excavated below grade shall be corrected by filling with approved
material and compacting thoroughly.
Milwaukee Ave. Water Section 3123 00 - 126 September 1, 2023
MOW City of
Lubbock
a5
C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the
trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected
material, and thoroughly compacted.
D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be
made properly, and of sufficient depth to prevent the bell of the pipe from resting on
undisturbed materials.
3.7 GROUND WATER CONTROL
A. Should ground water become an issue, refer to Section 3123 19 — Dewatering.
B. Provide a stable trench to allow installation in accordance with the Specifications.
3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of
trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on the
Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to provide
uniform bearing and side support when compacted.
D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above
top of pipe.
E. Perform placement and compaction directly against the undisturbed soils in the trench
sidewalls, or against sheeting which is to remain in place.
F. Do not place trench shields or shoring within height of the embedment zone unless means to
maintain the density of compacted embedment material are used.
G. If moveable supports are used in embedment zone, lift the supports incrementally to allow
placement and compaction of the material against undisturbed soil.
H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations.
L When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular
aggregates.
J. Place haunching material manually around the pipe and compact it to provide uniform
bearing and side support.
K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable
means during compaction of haunch areas and placement beside the pipe.
L. Shovel in -place and compact embedment material using pneumatic tampers in restricted
areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas.
M. Compact each lift before proceeding with placement of the next lift.
N. Water tamping and water jetting are not allowed.
O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete
vibrator to consolidate material under haunches.
P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A
and 2.3.13.
3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION
A. Place backfill for pipe or conduits and restore as soon as practicable.
B. Leave only the minimum length of trench open as necessary for construction.
Milwaukee Ave. Water Section 3123 00 - 127 September 1, 2023
MOW Lubbock
a5
C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the
Owner.
D. Where damage to completed pipe installation work is likely to result from withdrawal of
sheeting, leave the sheeting in place.
(1) Cut off sheeting two (2) feet or move above the crown of the pipe.
(2) Remove trench supports within five (5) feet from the ground surface.
E. Place trench zone backfill in lifts and compact by methods selected by the Contractor.
F. Fully compact each lift before placement of the next lift.
G. Cement Stabilized Backfill/Lean Concrete Backfill:
(1) Place in depths as shown on plans.
(2) Use vibratory equipment to ensure placement under the haunches of the pipe.
(3) Backfilling of the remaining trench depth after cement stabilized backfill has been
placed shall not commence until the in -place cement stabilized backfill has attained a
penetration resistance reading of at least thirty (30) when measured with a soil
penetrometer according to ASTM D 1558 and using a one -tenth square inch needle.
(4) This equates to a penetration resistance of approximately 300 pounds per square inch.
(5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the
degree of curing of the cement stabilized backfill.
(6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then
compacted backfill operations may commence.
(7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil
penetrometer with one -tenth square inch needle.
(8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on
both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each
day's trench length that is planned for controlled density backfill operations.
(9) Such readings shall be taken prior to commencing backfill operations.
H. Bedding Material:
(1) Sand bedding shall be loosely placed in trench as shown on the Drawings.
I. Gravel Embedment:
(1) Place in depths as shown on plans
(2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of
the pipe.
J. Native Material/Borrow Material (Pipe Installation):
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
(2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
K. Topsoil:
Milwaukee Ave. Water Section 3123 00 - 128 September 1, 2023
City of
`Lubbock
a
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
(2) Compaction by trench sheep's foot or by vibratory equipment to provide Backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES
A. Meet the requirements of adjoining utility installations for Backfill of pipeline structures, as
shown on the Drawings.
3.11 FIELD QUALITY CONTROL
A. Test for material source qualifications as defined in Section 02320 — Utility Backfill
Materials.
B. Provide excavation and trench safety systems at locations and to depths required for testing
and retesting during construction at no additional cost to the Owner.
C. Tests will be performed by the Contractor on a minimum of three (3) different samples of
each material type for plasticity characteristics, in accordance with ASTM D 4318, and for
gradation characteristics, in accordance with Tex-101-E and Tex- 110-E. Additional
classification tests will be performed whenever there is a noticeable change in material
gradation or plasticity.
D. At least three (3) tests for moisture -density relationships will be performed initially for
Backfill materials in accordance with ASTM D 698. Additional moisture -density relationship
tests will be performed whenever there is a noticeable change in material gradation or
plasticity.
E. The Contractor shall perform in -place density tests of compacted pipe foundation,
embedment, and trench zone Backfill soil materials will be performed according to ASTM D
1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions.
F. A minimum of one test for every 200 linear feet of compacted trench zone Backfill material
for each compacted layer.
G. Density tests will be distributed around the placement areas. Placement areas are foundation,
bedding, haunching, initial Backfill, and trench zone.
H. The number of tests will be increased if compacting effort is variable and not considered
sufficient to attain uniform density, as specified.
L Density tests may be performed at various depths below the fill surface by pit excavation.
Material in previously placed lifts may therefore be subject to acceptance/rejection.
J. Two (2) verification tests will be performed adjacent to in -place tests showing density less
than the acceptance criteria. Placement will be rejected unless both verification tests show
acceptable results.
K. Recompacted placement will be retested at the same frequency as the first test series,
including verification tests.
L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not
meet specified compaction requirements. For hardened cement stabilized Backfill with
nonconforming density, core and test for compressive strength at Contractor's expense.
Milwaukee Ave. Water Section 3123 00 - 129 September 1, 2023
MOW City Of
Lubbock
M. Acceptability of crushed rock compaction will be determined by inspection.
3.12 DISPOSAL OF EXCESS MATERIAL
A. Dispose of excess materials in accordance with requirements of Section 02 42 00 — Removal
and Diversion of Construction Materials.
END OF SECTION
Milwaukee Ave. Water Section 3123 00 - 130 September 1, 2023
City of
Lubbock
SECTION 3123 19
DEWATERING
PART GENERAL
1.1 SUMMARY
A. This Section includes construction dewatering procedures and requirements.
(1) A geotechnical survey has not been performed at the site.
(2) This Section shall be applicable only if ground water begins to enter the trench.
(3) Any required dewatering for this project shall be considered subsidiary to pipeline and
manhole installation and no separate compensations will be paid.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Quality Assurance
(4) Project Conditions
(5) Preparation
(6) Installation
(7) Observation Wells
1.2 SUBMITTALS
A. Shop Drawings for Information:
(1) For dewatering system, show arrangements, locations, and details of wells and well
points; locations of headers and discharge lines; and means of discharge and disposal of
water.
(2) Include layouts of piezometers and flow -measuring devices for monitoring performance
of dewatering system.
(3) Include written report outlining control procedures to be adopted if dewatering problems
arise.
(4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining
construction and site improvements that might be misconstrued as damage caused by
dewatering operations.
(5) Record drawings at Project closeout identifying and locating capped utilities and other
subsurface structural, electrical, or mechanical conditions performed during dewatering.
(6) Note locations and capping depth of wells and well points.
B. Field Test Reports:
(1) Before starting excavation, submit test results and computations demonstrating that
dewatering system is capable of meeting performance requirements.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient
scope, size, and capacity to control ground water flow into excavations and permit
construction to proceed on dry, stable ground.
Milwaukee Ave. Water Section 3123 19 - 131 September 1, 2023
Lubb o of
45
B. Maintain dewatering operations to ensure erosion control, stability of excavations and
constructed slopes, that excavation does not flood, and that damage to subgrades and
permanent structures is prevented.
C. Prevent surface water from entering excavations by grading, dikes, and other means approved
by the Engineer.
D. Remove dewater system if no longer needed.
1.4 QUALITY ASSURANCE
A. Comply with water disposal requirements of authorities having jurisdiction.
1.5 PROJECT CONDITIONS
A. Existing Utilities:
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
B. Project Site Information:
(1) A geotechnical report has not been prepared for the Project area.
(2) The Contractor, at own expense, may make test borings and conduct other exploratory
operations necessary for dewatering.
(3) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(4) Clearly identify benchmarks and record existing elevations.
(5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of
surveyed elevations for comparison with original elevations.
(6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other
damage is evident in adjacent construction.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards created by
dewatering operations.
B. Prevent surface water and subsurface or ground water from entering excavations, ponding on
prepared subgrades, and from flooding site and surrounding area.
C. Protect subgrades and foundation soils from softening and damage by rain or water
accumulation.
D. Install dewatering system to ensure minimum interference with roads, streets, walks, and
other adjacent occupied and used facilities.
E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
Milwaukee Ave. Water Section 3123 19 - 132 September 1, 2023
MOW City of
Lubbock
a5
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
3.2 INSTALLATION
A. Install dewatering system utilizing wells, well points, or similar methods complete with pump
equipment, standby power and pumps, filter material gradation, valves, appurtenances, water
disposal, and surface -water controls.
B. Before excavating below ground water level, place system into operation to lower water to
specified levels.
C. Operate system continuously until drains, sewers, and structures have been constructed and
fill materials have been placed, or until dewatering is no longer required.
D. Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials on dry subgrades.
E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom
of foundations, drains, sewers, and other excavations.
F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening,
and slope stability.
G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations,
drains, sewers, and other excavations.
H. Maintain piezometric water level a minimum of sixty (60) inches below surface of
excavation.
L Dispose of water removed by dewatering in a manner that avoids endangering public health,
property, and portions of work under construction or completed.
J. Dispose of water in a manner that avoids inconvenience to others.
K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities
having jurisdiction.
L. Provide standby equipment on -site, installed and available for immediate operation, to
maintain dewatering on continuous basis if any part of system becomes inadequate or fails.
M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering
system, restore damaged structures and foundation soils at no additional expense to Owner.
N. Remove dewatering system from Project Site on completion of dewatering.
O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches
below overlying construction.
P. Promptly repair damages to adjacent facilities caused by dewatering operations.
3.3 OBSERVATION WELLS
A. Provide, take measurements, and maintain at least the minimum number of observation wells
or piezometers indicated and additional observation wells as may be required by authorities
having jurisdiction.
B. Observe and record daily elevation of ground water and piezometric water levels in
observation wells.
C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive,
damaged, or destroyed.
D. Suspend construction activities in areas where observation wells are not functioning properly
until reliable observations can be made.
Milwaukee Ave. Water Section 3123 19 - 133 September 1, 2023
MdL LuocbbCityk
of
—As
E. Add or remove water from observation well risers to demonstrate that observation wells are
functioning properly.
F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.
END OF SECTION
Milwaukee Ave. Water Section 3123 19 - 134 September 1, 2023
SECTION 3123 23.13
BACKFILL
PART GENERAL
1.1 SUMMARY
fL"-.0*
bbCity ofock
TEXAS
A. This Section of the specification covers materials related to the backfill of utilities.
B. Section Includes:
(1) "Concrete" sand (for use as pipe bedding).
(2) Native soil materials.
(3) Topsoil.
(4) Crushed stone.
(5) Cement stabilized backfill.
C. Related Sections:
(1) Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to
this section.
(2) Section 0133 00 — Submittal Procedures.
(3) Section 0140 00 — Quality Requirements.
(4) Section 3123 00 — Excavation and Fill.
1.2 DEFINITIONS
A. Refer to Section 3123 00 —Excavation and Fill.
1.3 REFENCES
A. ASTM C 33 — Specification for Concrete Aggregate.
B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete.
C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate.
D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine.
E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates.
F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates.
G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lb/ft3).
H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number
200 Sieve.
L ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil
Classification System).
J. ASTM D 2488 — Standard Practice for Description and Identification of Soils
(Visual -Manual Procedure).
K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of
Soils.
L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by
the Microwave Oven Method.
M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
Milwaukee Ave. Water Section 3123 23.13 - 135 September 1, 2023
CL"-.0*
bbCity ofock
TEXAS
N. TxDOT Tex-104-E —Test Method for Determination of Liquid Limit of Soils (Part
1).
O. TxDOT Tex-106-E —Test Method —Methods of Calculating Plasticity Index of Soils.
P. TxDOT Tex- 110-E —Determination of Particle Size Analysis of Soils.
1.4 SUBMITTALS
A. Conform to Section 0133 00 — Submittal Procedures.
B. Submit a description of source, material classification and product description,
production method, and application of backfill materials.
C. Submit test results for samples of off -site backfill materials.
D. For each delivery of material, provide a delivery ticket which includes source
location.
1.5 TESTS
A. Perform tests of sources for off -site backfill material.
B. Verification tests of backfill materials may be performed by the Owner, at the
Owner's expense; however, failing tests will be charged to the Contractor.
PART 2 PRODUCTS
2.1 MATERIAL DESCIRPTIONS
A. "Concrete" Sand
(1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of
both) conforming to requirements of ASTM C 33.
(2) Gradation shall conform to ASTM C 136 and the following limits.
Sieve
Percent Passing
3/8"
100
No. 4
95 to 100
No. 8
80 to 100
No. 16
50 to 85
No. 30
25 to 60
No. 50
10 to 30
No. 100
2 to 10
B. Native Soil Material for Backfill
(1) Provide backfill material that is free of stones greater than six (6) inches, free of
roots, waste, debris, trash, organic material, unstable material, non -soil matter,
hydrocarbons, or other contamination.
C. Topsoil
(1) Provide topsoil material that is free of stones greater than three (3) inches, free of
roots, waste, debris, trash, organic matter, unstable material, non -soil matter,
hydrocarbons, or other contamination.
(2) Surface should be made clear of rock and other debris before planting.
Milwaukee Ave. Water Section 3123 23.13 - 136 September 1, 2023
fL"-.0*
bbCity ofock
TEXAS
(3) Use top two (2) feet of excavated material for topsoil backfill. This material
shall be set aside to prevent mixing with other excavated material. Topsoil is
only required in non -paved areas.
D. Gravel Embedment
(1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable
material, and other non -gravel matter.
(2) Provide gravel embedment that meets the following gradation requirements:
Sieve
Percent Retained
3/8"
0
No. 4
5 to 15
No. 10
50 to 90
No. 40
90 to 100
(3) A minimum of four inches of gravel embedment will be placed under the pipe.
This material will be used for backfill to the top of the pipe. This material
MUST be shovel sliced to the haunch of the pipe and mechanically tamped to
midpoint of the pipe.
E. Cement Stabilized Backfill
(1) Cement Content — 2 sack mix per cubic yard.
(2) Water/Cement Ratio — 0.60.
(3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter
for backfilling pipe sizes forty-eight (48) inches and greater in diameter.
(4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling
sizes less than forty-eight (48) inches in diameter.
2.2 MATERIAL TESTING
A. Ensure that material selected, produced, and delivered to the project meets applicable
specifications and is of sufficiently uniform properties to allow practical construction
and quality control.
B. Source or Supplier Qualification: Perform testing, or obtain representative tests by
suppliers, for selection of material sources and products. Provide test results for a
minimum of three (3) samples for each source and material type. Tests samples of
processed materials from current production representing material to be delivered.
Tests shall verify that the materials meet specification requirements. Repeat
qualification test procedures each time the source characteristic changes or there is a
planned change in source location or supplier. Qualification tests shall include, as
applicable:
(1) Gradation: Complete sieve analyses shall be reported regardless of the specified
control sieves. The range of sieves shall be from the largest particle through the
No. 200 sieve.
(2) Plasticity of material passing the No. 40 sieve.
(3) Clay lumps.
(4) Lightweight pieces.
(5) Organic impurities.
C. Production Testing: Provide reports to the Engineer from an independent testing
laboratory that backfill materials to be placed in the Work meet applicable
specification requirements.
Milwaukee Ave. Water Section 3123 23.13 - 137 September 1, 2023
CL"-.0*
bbCity ofock
TEXAS
D. Native material requires testing only when questionable material is encountered.
PART 3 EXECUTION
3.1 SOURCES
A. Use of material encountered in the trench excavations is acceptable, provided
applicable specification requirements are satisfied. If excavation material is not
acceptable, provide from other approved source. Top two (2) feet of excavated
material shall be used as topsoil.
B. Identify off -site sources for backfill material at least fourteen (14) days ahead of
intended use so that the Engineer may obtain samples from verification testing.
C. Obtain approval for each material source by the Engineer before delivery is started.
If sources previously approved do not produce uniform and satisfactory products,
furnish materials from other approved sources. Materials may be subjected to
inspection or additional verification testing after delivery. Materials which do not
meet the requirements of the specifications will be rejected. Do not use material
which, after approval, has become unsuitable for use due to segregation, mixing with
other materials, or by contamination. Once a material is approved by the Engineer,
expense for sampling and testing required to change to a different material will be at
the Contractor's expense with no additional cost to the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations as practical for material handling and control.
B. Cement stabilized backfill shall be consolidated upon placement by using concrete
vibrators to ensure filling of voids, filling around and under haunches of pipe and
filling of spaces between corrugations. Vibration shall not be applied to the utility
pipe itself.
3.3 FIELD QUALITY CONTROL
A. Quality Control
(1) The Engineer may sample and test backfill at:
i. Sources including borrow pits, production plants, and
Contractor's designated off -site stockpiles.
ii. On -site stockpiles.
In. Materials placed in the Work.
(2) The Engineer may resample material at any stage of work or location if changes
in characteristics are apparent.
B. Production Verification Testing: The Owner's testing laboratory will provide
verification testing on backfill materials, as directed by the Engineer. Samples may
be taken at the source or at the production plant, as applicable. Contractor shall
cooperate with the Owner and Engineer in allowing access to materials.
END OF SECTION
Milwaukee Ave. Water Section 3123 23.13 - 138 September 1, 2023
fL"-.0*
bbCity ofock
TEXAS
SECTION 3125 24.03
TIED CONCRETE BLOCK EROSION CONTROL MATS
Part 1 GENERAL
A. SUMMARY
a.
This section of the specifications covers FLENAMAT or approved equivalent
vegetated tied concrete block mat utilized for stabilizing slopes, channels, low
water crossings, inlet/outlet protection, and shorelines.
b.
REFERENCES
c.
DELIVERY, STORAGE, AND HANDLING
d.
EXAMINATIONS
e.
PRODUCTS
f.
TESTING
g.
EXAMINATION
h.
EQUIPMENT
i.
FOUNDATION
B. REFERENCES
a. ASTM C 150 — Standard Specification for Portland Cement
b. ASTM C 33 — Standard Specifications for Concrete Aggregate
c. ASTM D 6460 — Standard Test Method for Determination of Rolled Erosion
Control Product (RECP) Performance in Protecting Earthen Channels from
Storm water -Induced Erosion
i. Where reference is made to one of the above standards, the latest
revision shall apply.
C. SUBMITTALS
a. Submit all manufacturers' data for product.
b. Submit affidavits of compliance with appropriate standards.
c. Submit product warranties.
d. Submit manufacturer's installation instructions.
e. Submit manufacturer's loading, unloading, and storage requirements.
D. DELIVERY, STORAGE, AND HANDLING
a. Deliver number of units needed in a timely manner to the project site to ensure
installation continuity.
b. Store and handle the units at the project site in such a manner so that it is easily
accessible and is not intruding pedestrian activity.
c. Provide instructions, and directions, as required, for installation.
E. PRODUCTS
a. TIED CONCRETE BLOCK EROSION CONTROL MAT
i. Product shall be manufactured by FLENAMAT or approved equivalent.
ii. Product shall consists of concrete blocks (6.5 inch x 6.5 inch with a 2.25
inch profile) locked together and embedded into a high strength Geogrid.
There shall be 1.5 inch spacing between the blocks to allow for
vegetation growth.
Milwaukee Ave. Water Section 3125 24 - 139 September 1, 2023
fL"-.0*
bbCity ofock
TEXAS
b. CONCRETE BLOCKS
i. Furnish blocks manufactured with concrete conforming to the cement
requirements of ASTM C 150 and to the aggregate requirements of
ASTM C 33.
ii. Blocks must maintain a minimum compressive strength of 5,000 psi at
28 days.
iii. Spacing between blocks must be a maximum of 2 inches apart and have
a weight no less than 3 lbs/block.
c. POLYPROPYLENE BI-AXIAL GEOGRID
i. Geogrid must be composed of acrylic based coating to withstand
degradation of environments with exposure of high and low pH ranges.
ii. 2% Carbon Black must utilized to stabilize UV radiation and prevent
deterioration.
iii. Ultimate Tensile Strength of the Geogrid must be no less than 2055 pl£
d. UNDERLAYMENT
i. Backing material shall be packaged within the roll of the Tied Concrete
Mats.
ii. Underlayment shall consist of 5-Pick Netting, Curlex II Erosion Control
Blanket (ECB), and Recyclex TRM non -degradable Turf Reinforcement
Mat (TRM).
F. TESTING
a. Full scale laboratory testing shall be performed by a testing facility on all noted
materials according to ASTM standards.
b. Any material listed above can be changed to an alternative equivalent if results of
properties can be verified, reviewed and sustained for system integrity for a
minimum of a 5-year life.
G. EXAMINATION
i. Mats must be verified for any discrepancies or damages that may hinder
performance or durability.
H. Product is subject to any testing that may be deemed necessary by inspector.
EQUIPMENT
a. Proper equipment to place material will need to be provided that will not damage
the mat or disturb the top soil subgrade.
J. FOUNDATION
a. All subgrade surfaces are to be smooth and free of debris of any sort that could
protrude or cause the mat to be raised more than 3/4 inch off surface.
b. Subgrade shall be prepared in a parabolic shape or trapezoidal shape to ensure
proper flow.
c. When vegetation is required, seed must be distributed on the prepared topsoil
before installation.
d. The manufacturer or authorized representative will provide technical assistance
during slope preparation and installation of the concrete block mats as needed.
Milwaukee Ave. Water Section 3125 24 - 140 September 1, 2023
fL"-.0*
bbCity ofock
TEXAS
e. Anchor or fasteners shall be used if deemed necessary by manufacturer or
engineer for certain site conditions.
f. For seams parallel to flow line in channel applications, center a minimum 3 foot
wide strip of soil retention blanket under the seam. Fasten along the seam, at a 5
foot maximum spacing. Parallel seams in the center of the channel applications
shall be avoided when possible.
g. Shingle seams perpendicular to the flow line with downstream recessed a
minimum blocks under the upstream mat and fastened together along the seam at
a 2 foot maximum spacing if required by manufacturer or engineer
h. Mat shall be measured by the square foot as shown on the plans, complete in
place
END OF SECTION
Milwaukee Ave. Water Section 3125 24 - 141 September 1, 2023
fL"-.0*
bbCity ofock
TEXAS
THIS PAGE INTENTIONALLY LEFT BLANK
Milwaukee Ave. Water Section 3125 24 - 142 September 1, 2023
City of
Lubbock
SECTION 3150 00
EXCAVATION SUPPORT AND PROTECTION
PART GENERAL
1.1 SUMMARY
A. This Section includes temporary excavation support and protection systems.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Project Conditions
(4) Materials
(5) Preparation
(6) Sheet Piling
(7) Trench Boxes
(8) Trenching Procedures
1.2 SUBMITTALS
A. Shop Drawings for Information:
(1) Prepared by or under the supervision of a qualified Professional Engineer for excavation
support and protection systems.
(2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer
responsible for their preparation.
B. Qualification data for installer and Professional Engineer.
C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining
construction and site improvements that might be misconstrued as damage caused by the
absence of, the installation of, or the performance of excavation support and protection
systems.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furmsh, install, monitor, and maintain excavation support and protection system
capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and
superimposed and construction loads.
B. Provide professional engineering services needed to assume engineering responsibility,
including preparation of Shop Drawings and a comprehensive engineering analysis by a
qualified Professional Engineer.
C. Prevent surface water from entering excavations by grading, dikes, or other means approved
by the Engineer.
D. Install excavation support and protection systems without damaging existing buildings,
pavements, and other improvements adjacent to excavation.
1.4 PROJECT CONDITIONS
A. Existing Utilities:
Milwaukee Ave. Water Section 3150 00 - 143 September 1, 2023
City of
Lubbock
u5
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
B. Project Site Information:
(1) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(2) Clearly identify benchmarks and record existing elevations.
(3) During installation of excavation support and protection systems, regularly resurvey
benchmarks, maintaining an accurate log of surveyed elevations and positions for
comparison with original elevations and positions.
(4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks,
sags, or other damage is evident in adjacent construction.
PART 2 PRODUCTS
2.1 MATERIALS
A. Provide materials that are either new or in serviceable condition.
B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M.
C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A
690M; with continuous interlocks.
PART 3 EXECUTION
3.1 PREPARATION
A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection systems operations.
B. Shore, support, and protect utilities encountered.
C. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
E. Locate excavation support and protection systems clear of permanent construction so that
forming and finishing of concrete surfaces is not impeded.
F. Monitor excavation support and protection systems daily during excavation progress and for
as long as excavation remains open.
G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation
support and protection systems remain stable.
H. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
3.2 SHEET PILING
Milwaukee Ave. Water Section 3150 00 - 144 September 1, 2023
Lubbock
n5
A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form
a continuous barrier.
B. Limit vertical offset of adjacent sheet piling to sixty (60) inches.
C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a
horizontal line and not more than 1:120 out of vertical alignment.
D. Cut tops of sheet piling to uniform elevation at top of excavation.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench.
B. All exposed trench shall be protected.
3.4 TRENCHING PROCEDURES
A. Provide shoring systems in accordance with the Contractor's submitted design to adequately
resist earth pressures.
B. Proceed with work in an orderly fashion.
C. Install trench bracing systems as soon as possible after opening trenches.
D. Do not allow workers in trench prior to installing trench bracing systems.
E. Backfill trenches as soon as possible after completion of work.
F. Stockpile excavated materials at three (3) feet away from edge of trench.
G. Maintain barricades and signage as required by State and Local codes to protect open
excavations.
H. Do not allow surface water to enter excavations.
L Properly grade areas adjacent to trench excavations to control surface drainage away from
excavations.
J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three
(3) feet from edge of cut to avoid allowing loose material to enter trench.
K. Cut back method may not be used where there is insufficient work area to employ it.
L. Do not operate heavy equipment except for trench digging or pipe laying equipment within
twenty (20) feet of edge of excavation.
M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the
Contractor deems it safe to do so.
3.5 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has progressed
sufficiently to support excavation and bear soil and hydrostatic pressures.
B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements,
facilities, and utilities.
END OF SECTION
Milwaukee Ave. Water Section 3150 00 - 145 September 1, 2023
City Of
Lubbock
THIS PAGE INTENTIONALLY LEFT BLANK
SECTION32 93 00
TURF AND GRASSES
PART GENERAL
1.1. RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division I Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Plugging.
1.3 DEFINITIONS
A. Finish Grade: Elevation of finished surface of planting soil.
B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or
sand with stabilized organic soil amendments to produce topsoil or planting soil.
C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified
to become topsoil; mixed with soil amendments.
D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top
surface of a fill or backfill immediately beneath planting soil.
E. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of
organic matter and soil organisms.
1.4 SUBMITTALS
A. Product Data: For Turffalo brand Tech Turf plugs.
Milwaukee Ave. Water Section 33 0130.82 - 147 September 1, 2023
B. Certification of Grass Plugs: Certification of Tech Turf's genetic identity from the Texas
Department of Agriculture, with the name Tech Turf I, identifying Frontier Hybrids, Inc.
as the source and including the name and telephone number of supplier. Turffalo brand
Tech Turf is a hybrid of turfgrass that utilized buffalograss (Buchloe dactyloides) in its
breeding.
C. Qualification Data: For qualified landscape Installer.
D. Product Certificates: For soil amendments and fertilizers, from manufacturer.
E
F
G
1.5
0
Material Test Reports: For existing surface soil and imported topsoil.
Planting Schedule: Indicating anticipated planting dates for each type of planting.
Maintenance Instructions: Recommended procedures to be established by Owner for
maintenance of lawns during a calendar year. Submit before expiration of required initial
maintenance periods.
QUALITY ASSURANCE
Installer Qualifications: A qualified landscape installer whose work has resulted in
successful lawn establishment.
1. Installer's Field Supervision: Require Installer to maintain an experienced full-
time supervisor on Project site when planting is in progress.
2. Maintenance Proximity: Not more than two hours normal travel time from
Installer's place of business to Project site.
B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the
State Department of Agriculture, with the experience and capability to conduct the testing
indicated and that specializes in types of tests to be performed.
C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating
percentages of organic matter; gradation of sand, silt and clay content; cation exchange
capacity; deleterious material; deleterious material; pH; and mineral and plant -nutrient
content of topsoil.
Milwaukee Ave. Water Section 33 0130.82 - 148 September 1, 2023
1. Report suitability of topsoil for lawn growth. State -recommended quantities of
nitrogen, phosphorus, and potash nutrients and soil amendments to be added to
produce satisfactory topsoil.
D. Preinstallation Conference: Conduct conference at Project site.
1.6 DELIVERY, STORAGE AND HANDLING
A. Plugs: Deliver Turffalo brand Tech Turf plugs in original, labeled and undamaged
containers. Trays must be watered daily enough to keep roots moist and kept in an area
where the plants can receive at least 50% sunlight.
1.7 PROJECT CONDITIONS
A. Planting Restrictions: Plant during one of the following periods. Coordinate planting
periods with initial maintenance periods to provide required maintenance from date of
planting completion.
1. Spring Planting: After the last normal freeze date.
2. Winter Planting: Thirty days prior to the first normal freeze date.
B. Weather Limitations: Proceed with planting only when existing and forecasted weather
conditions permit.
C. Growing Zones: Turffalo brand Tech Turf may be grown in Zones 5-11, States: Texas,
Oklahoma, New Mexico, Kansas, Nebraska, Colorado, Arizona, Utah, Nevada,
California, Iowa, Illinois, Missouri, Arkansas, Louisiana, Mississippi, Alabama,
Tennessee, Georgia, and Florida.
1.8 MAINTENANCE SERVICE
A. Initial Lawn Maintenance Service: Provide full maintenance by skilled employees of
landscape installer. Maintain as required in Part 3. Begin maintenance immediately after
each area is planted and continue until acceptable lawn is established, but for not less
than the following periods:
1. Plugged Lawns: Thirty days from date of planting completion.
B. Continuing Maintenance Proposal: From installer to Owner, in the form of a standard
yearly (or other period) maintenance agreement, starting on date initial maintenance
service is concluded. State services, obligations, conditions and terms for agreement
period and for future renewal options.
Milwaukee Ave. Water Section 33 0130.82 - 149 September 1, 2023
PART 2 PRODUCTS
2.3 PLUGS
A. Plugs: Turffalo brand plugs, certified by the Texas Department of Agriculture as Tech
Turf I, grown in individual cells with uniform density, color and texture, strongly rooted
and capable of vigorous growth and development when planted; of the following
turfgrass species and plug size.
1. Turfgrass Species: Buffalograss (Buchloe dactyloides)
2. Plug Size: 2 inches (50 mm) deep and 1.5 inches square at the top.
2.6 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 6 to 8.5, a minimum of 2 percent organic material
content, free of stones 2 inches (50 mm) or larger in any dimension and other extraneous
material harmful to plant growth.
1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of
stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants,
sod, stones, clay lumps and other extraneous material harmful to plant growth.
a. Supplement with imported or manufactured topsoil from off -site
sources when quantities are insufficient. Obtain topsoil displaced from
naturally well -drained construction or mining sites where topsoil
occurs at least 4 inches (100 mm) deep; do not obtain from agricultural
land, bogs or marshes.
2.7 INORGANIC SOIL AMENDMENTS
A. Lime: If pH is below 6, use ASTM C 602, agricultural limestone containing a minimum
of 80 percent calcium carbonate equivalent and as follows:
1. Provide lime in form of dolomitic limestone.
2.8 ORGANIC SOIL AMENDMENTS
A. Compost: If there is too much sand for the soil to facilitate rapid lawn establishment, use
compost with well -composted, stable, and weed -free organic matter, pH range of 6 to 8;
moisture content 35 to 55 percent by weight; 100 percent passing though a 1-inch (25-
mm) sieve; soluble salt content of 5 desisiemens/m; not exceeding 0.5 percent inert
contaminants and free of substances toxic to plantings; and as follows:
1. Organic Matter Content: 50 percent of dry weight.
2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard
trimmings; or source -separated or compostable mixed solid waste.
Milwaukee Ave. Water Section 33 0130.82 - 150 September 1, 2023
B. Peat: If there is too much sand for the soil to facilitate rapid lawn establishment, use peat
with finely divided or granular texture, with a pH range of 6 to 7.5, containing partially
decomposed moss peat, native peat or reed -sedge peat and having water -absorbing
capacity of 1100 to 2000 percent.
2.9 PLANTING ACCESSORIES
A. Selective Herbicides: After installing plugs, use EPA registered and approved, of type
recommended by manufacturer for application:
1. After installing plugs, prior to establishment, to control pre -emergence of weeds
or other grasses, use either dithiopyr (Dimension) or oxadiazon (Ronstar) turf
herbicide at manufacturer's recommended rate.
2. After establishment, to control broad leaf weeds: use a 2-4-D herbicide that is
approved for buffalograss at manufacturer's recommended rate.
3. After establishment, to control grassy weeds: use monosodium methylarsonate
(MSMA) herbicide at manufacturer's recommended rate.
2.10 FERTILIZER
A. Commercial Fertilizer: Commercial -grade fertilizer of neutral character, consisting of
fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea
formaldehyde, phosphorous, and potassium in the following composition:
1. Composition: Per 1000 sq. ft. use 2 lbs of actual nitrogen, 3 lbs of phosphorous, 3
lbs of potash, 0.1 lb of iron chelate and 0.1 lb of zinc chelate.
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine areas to receive Turffalo brand Tech Turf plugs for compliance with
requirements and other conditions affecting performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and
plantings from damage caused by planting operations.
B. If project requirements result in Tech Turf plug spacing to exceed 17 inches, provide
erosion -control measures to prevent erosion or displacement of soils and discharge of
soil -bearing water runoff or airborne dust to adjacent properties and walkways.
Milwaukee Ave. Water Section 33 0130.82 - 151 September 1, 2023
3.3 LAWN PREPARATION
A. Limit lawn subgrade preparation to areas to be planted.
B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 3 inches (75 mm).
Remove stones larger than 2 inches (50 mm) in any dimension and sticks, roots, rubbish,
and other extraneous matter and legally dispose of them off Owner's property.
1. Apply fertilizer directly to subgrade before loosening.
2. When applicable, thoroughly blend planting soil mix off -site before spreading
or spread topsoil, apply soil amendments and fertilizer on surface, and
thoroughly blend planting soil mix.
a. Delay mixing fertilizer with planting soil if planting will not proceed
within a few days.
b. If required, mix lime with dry soil before mixing fertilizer.
3. Spread planting soil to a depth of 4 inches (100 mm) but not less than required
to meet finish grades after light rolling and natural settlement. Do not spread
if planting soil or subgrade is frozen, muddy, or excessively wet.
C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by
excavating, grading, or surface -soil stripping operations, prepare surface soil as follows:
1. Remove existing grass, vegetation, and turf. Do not mix into surface soil. For
Bermuda grass, allow it to grow 3 inches tall and then spray it with Round -
Up. Wait 3 to 4 days, then mow it very short and spray it once more with
Round -Up.
2. Loosen surface soil to a depth of at least 6 inches (150 mm). Apply soil
amendments and fertilizers according to planting soil mix proportions and mix
thoroughly into top 4 inches (100 mm) of soil. Till soil to a homogeneous
mixture of fine texture.
a. Apply fertilizer directly to surface soil before loosening
3. Remove stones larger than 2 inches (50 mm) in any dimension and sticks,
roots, trash, and other extraneous matter.
4. Legally dispose of waste material, including grass, vegetation, and turf, off
Owner's property.
D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose,
uniformly fine texture. Grade to within plus or minus 1/z inch (13 mm) of finish
elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit
finish grading to areas that can be planted in the immediate future.
E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
F. Before planting, restore areas if eroded or otherwise disturbed after finish grading.
Milwaukee Ave. Water Section 33 0130.82 - 152 September 1, 2023
3.4 PREPARATION FOR EROSION -CONTROL MATERIALS
A. Prepare area as specified in "Lawn Preparation" Article
B. Moisten prepared area before planting if surface is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
C. For areas where spacing of Tech Turf plugs is to exceed 17 inches (425 mm), the areas
should be seeded with annual ryegrass 35 days prior to plugging Turffalo brand Tech
Turf and then killed -out with Round -up after 30 days (5 days prior to plugging Tech
Turf).
3.9 PLUGGING
A. Plant plugs in holes or furrows spaced [12 inches (300 mm)] for coverage in 30 to 40
days [17 inches (425 mm)] for coverage in 60 days [2 feet (600 mm)] [2.5 feet (750 mm)]
for full -season coverage.
B. Compress the plugs into the holes or furrows with light rolling to facilitate adequate
contact between the roots and surrounding soil.
C. When complete, the top of the roots should be even with the surrounding soil.
3.12 LAWN MAINTENANCE
A. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming,
replanting and other operations. Roll, regrade, and replant bare or eroded areas and
remulch to produce a uniformly smooth lawn. Provide materials and installation the
same as those used in the original installation.
B. Watering: Provide and maintain temporary piping, hoses and lawn -watering equipment
to convey water from sources and keep lawn uniformly moist to a depth of 4 inches (100
mm).
1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed
or mulch. Lay out temporary watering system to avoid walking over muddy or
newly planted areas.
2. Water lawn with fine spray at a minimum rate of 1/4 inch per day for the first five
days, or enough to keep roots moist. After the first five days, cut back to watering a
minimum of 1/4 inch every three days, taking rainfall, humidity and temperature into
consideration.
C. Mowing: If possible, delay mowing until Tech Turf has achieved complete coverage. If
it must be mowed prior to covering the area, mow at the highest setting to avoid cutting
runners. Repeat mowing to maintain specified height without cutting more than 1/3 of
grass height. Remove no more than 1/3 of grass -leaf grown in initial or subsequent
Milwaukee Ave. Water Section 33 0130.82 - 153 September 1, 2023
mowings. Do not mow when grass is wet. Schedule initial and subsequent mowings to
maintain a grass height of 2 to 3 inches (50 to 75 mm).
D. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry that
will provide actual nitrogen of at least 2 lbs/1000 sq. ft. (0.90 kg/92.9 sq. m).
E. Ongoing Herbicide and Insecticide Treatment: All 2-4-D type herbicides may be used on
Tech Turf. DO NOT USE Atrazine, Banvel, Dicambia, Simazine or Trimec. Once fully
established, herbicides such as Treflan or Surflan may be used on Tech Turf. Once a
year, in the spring, a grub worm killer, such as Merit by Bayer, must be applied to Tech
Turf.
3.11 SATISFACTORY LAWNS
A. Lawn installations shall meet the following criteria as determined by Architect:
1. Satisfactory Plugged Lawn: At end of maintenance period, the required number of
plugs has been established as well -rooted, viable patches of grass; and areas
between plugs are free of weeds and other undesirable vegetation.
B. Use specified materials to reestablish lawns that do not comply with requirements and
continue maintenance until lawns are satisfactory.
3.16 CLEANUP AND PROTECTION
A. Promptly remove soil and debris, created by lawn work, from paved areas. Clean wheels
of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved
areas.
B. Erect temporary fencing or barricades and warning signs as required to protect newly
planted areas from traffic. Maintain fencing and barricades throughout initial
maintenance period and remove after lawn is established.
END OF SECTION
Milwaukee Ave. Water Section 33 0130.82 - 154 September 1, 2023
Lubblock
TEXAS
SECTION 33 05 07
TRENCHLESS INSTALLATION OF UTILITY PIPING
PART GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. The section covers utility bores and placing steel encasement in open cut trenches.
B. The encasement will be installed at the locations indicated on the attached plans.
C. The contractor will be responsible for providing all labor, materials, equipment and
incidentals necessary to accomplish the following:
(1) Construction of the bore and bore pits or trench cut.
(2) Installing the appropriate steel casing.
(3) Installing the water supply pipe in the steel casing using the pipe manufactures
recommended practices.
(4) Backfill all excavations.
(5) All traffic barricading and control.
(6) All trench safety requirements.
(7) Implementing a best management plan for the control of storm water runoff
1.2 CONTRACTOR USE OF SITE
A. Limit use of site to allow:
(1) Owner occupancy.
(2) Contractor.
B. Coordinate use of site under direction of Owner's Representative and TxDOT.
C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other
Contractors.
D. Move any stored products under Contractor's control, which interfere with operations of
(1) Owner.
(2) TxDOT right-of-way.
E. Assume full responsibility for the protection and safekeeping of products furnished under this
contract, stored on or off the site.
1.3 WORK SEQUENCE
A. Construct Work to accommodate Owner's occupancy requirements during the construction
period.
B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent
utility work and construction schedules of other government agencies, however, Contractor's
coordination for construction schedule and operations shall be with the Engineer or the
Owner's Representative only.
1.4 SUBMITTALS
A. Provide written plan with methods and materials to be used in bore and casing process.
B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of
proposed locations within pipe casing.
Milwaukee Ave. Water Section 33 05 07 - 1 September 1, 2023
Lubblock
TEXAS
1.5 STANDARDS
A. All work shall be accomplished in accordance with the following standards:
(1) AWWA C-206 "Field Welding of Steel Water Pipe"
(2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
(3) AASHTO M-190 `Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches"
(4) AASHTO Standard Specifications for Highway Bridges, 1993.
(5) ASTM A-36 "Carbon Structural Steel"
(6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products"
(7) ASTM A-135 "Electric —Resistance —Welded Steel Pipe"
(8) ASTM A-139 "Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over)
(9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware"
(10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength"
(11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs"
(12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold -
Rolled for Commercial Quality"
(13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
(14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations
of Relative Density"
B. Additional standards contained in the City of Lubbock Public Works Engineering Design
Standards and Specifications handbook also apply.
1.6 QUALITY ASSURANCE
A. Installer's Qualifications
(1) Installers shall be competent and experienced in boring work of equal scope.
(2) Installers shall provide proof of successful, related work experience with references.
B. Job Conditions
(1) Where work is in the right-of-way of any government or corporate jurisdiction, the
Owner will secure the appropriate permits or easements. The Contractor shall observe
regulations, instructions and limitations of each right-of-way owner. Coordination shall
be through Owner's representative.
(2) Excavated material shall be kept off of roads and railroad tracks at all times.
(3) No blasting is allowed at any time.
(4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify
location and elevation of all pipelines, power lines and communication cable in the
construction area prior to execution. Verification of existing pipe and cable utilities shall
be the sole responsibility of the Contractor.
1.7 OWNER OCCUPANCY
A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's
operation.
B. Schedule the Work to accommodate this requirement.
Milwaukee Ave. Water Section 33 05 07 - 2 September 1, 2023
Lubblock
TEXAS
PART 2 PRODUCTS
2.1 STEEL CASING
A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM
A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal.
B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or
heavy rust. Used Casing may be used with the Owners Representative approval and
inspection. Casing joints shall be fillet welded according to ASTM C-206.
2.2 CASING SPACERS
A. Casings spacers shall be sized for 8" water line in a 16" steel casing to clear the bell and not
center the line vertically within the casing.
B. Approved casing spacers include:
(1) Advance Products
(2) BMW
(3) Cascade
(4) CCI Pipeline
(5) Culpico
(6) PSI
C. Other casing spacers may be used with approval from the Owner Representative or the
Engineer.
2.3 JOINT RETRAINT
A. Uncased pipe bores are permitted with Engineer's approval.
B. Approved joint restraint devices which prevent over -insertion:
(1) EBAA Mega -Stop (for push direction only)
(2) CertainTeed Certa-Lok
(3) Other over -insertion protection devices must be submitted prior to approval.
C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe
spacers.
D. All uncased bore methods require Contractor to submit joint restraint manufacturer's
literature for Engineer's approval.
PART 3 EXECUTION
3.1 BORES
A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified
or instructed.
B. Water used for lubrication of cuttings in conjunction with boring operations shall be
permitted. Jetting shall be prohibited.
C. All bores under existing paving will be subject to the following precautions:
(1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path.
(2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring
techniques shall be subject to the approval of the Engineer on a case -by -case basis.
Milwaukee Ave. Water Section 33 05 07 - 3 September 1, 2023
Lubblock
TEXAS
(3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller.
Impact moling may be used for drilling pilot holes.
(4) Pipe Jacking or Ramming — Continue jacking process to completion once it has begun to
prevent the pipe from becoming firmly set in the embankment.
(5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and
operational limitations set by manufacturer.
D. The following precautions shall be observed in special circumstances:
(1) Boring under Milwaukee Avenue:
(a) Presence of existing sewer main requires that the Milwaukee Avenue bore be cased.
(b) Boring pit shall be placed on the west side of Milwaukee Avenue and proceed to the
east under the road.
(c) No boring method shall be chosen which will potentially disrupt or endanger existing
adjacent underground utilities.
(d) Contractor is responsible for damage to existing pipe, cable and other utilities
affected during construction.
(e) Boring operations shall provide safe setbacks from the roadway to ensure continuous
service during construction.
(2) Boring under Parks roadways:
(a) Method of boring and casing for Parks area is at the discretion of the Contractor.
(b) Uncased bores are permitted in this portion of the construction.
(c) Contractor must accommodate Parks activity as coordinated with Owner
Representative. Operational methods and staging may be limited by Parks activity.
E. Contractor shall be fully responsible to insure the boring methods used are safe and adequate
for workers, installed pipe, property, the public, adjacent utilities and other site conditions.
F. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will
be allowed.
G. Contractor is responsible for removing all excavated material.
H. Contractor shall be responsible for trench safety and all traffic control requirements.
I. After installing the water pipe in the encasement the ends of the encasement must be sealed to
prevent soil creep into the pipe.
3.2 PIPE INSTALLATION
A. Contractor shall use approved joint restraint devices for pipe within casing.
B. Contractor shall use approved spacers as specified to install pipe in casing.
3.3 OPEN TRENCH ENCASEMENT
A. The water distribution pipe shall be installed in the same manner as the encased bores. The
cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as
per manufacture recommendation.
B. The ends of the encasement shall be sealed after the carrier pipe is installed.
END OF SECTION
Milwaukee Ave. Water Section 33 05 07 - 4 September 1, 2023
SECTION 33 05 24.23
STEEL PIPE FOR WATER SERVICE
PART4 GENERAL
4.1 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install steel pipe, fittings,
and specials as specified, including connections and appurtenances, as required for the proper
installation and function of the pipe as indicated herein.
B. The pipeline coating and lining shall be as specified herein and in Section 09 96 00 "High -
Performance Coatings."
(1) Coating: The standard pipe coating shall be epoxy coating. Where indicated on the
Drawings, polyurethane coating, mortar coating, or bare steel pipe with concrete
encasement shall be used.
(2) Lining: The standard pipe lining shall be epoxy lining. Where indicated on the Drawings,
mortar lined steel pipe shall be used.
C. The pipeline shall be suitable to carry potable water treated with chloramines or gaseous
chlorine to maintain a disinfectant residual.
1.2 QUALITY ASSURANCE
A. Experience Requirements:
(1) Pipe shall be the product of one manufacturer who has had not less than 5 years
successful experience manufacturing pipe of the particular type and size indicated. Pipe
manufacturing operations (pipe, lining, and coating) shall be performed at one location
unless otherwise approved by the Engineer. Fittings may be manufactured at an alternate
location, provided they are supplied under the responsible authority of the Pipe
Manufacturer. All pipe shall be new and not supplied from inventory. All pipe and
fittings shall be manufactured in the Continental U.S.A., and shipping over salt
waterways will not be allowed.
(2) The Manufacturer shall be certified either under S.P.F.A. or ISO 900I quality certification
program for steel pipe and accessory manufacturing.
(3) Approved manufacturers include Hanson Pipe, Northwest Pipe, American Spiral Weld,
Ameron, Mid —America, and Jifco. No other Suppliers will be allowed.
B. Owner Testing and Inspection:
(1) Pipe will be subject to inspection by an independent testing laboratory, which laboratory
shall be selected and retained by the Owner. Representatives of the laboratory or the
Engineer shall have access to the Work whenever it is in preparation or progress, and the
Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe
Manufacturer shall notify the Owner in writing, a minimum of 2 weeks prior to the pipe
fabrication so that the Owner may advise the Manufacturer as to the Owner's decision
regarding tests to be performed by an independent testing laboratory. Material, fabricated
parts, and pipe, which are discovered to be defective, or which do not conform to the
requirements of this specification shall be subject to rejection at any time prior to
Owner's final acceptance of the product.
(2) The inspection and testing by the independent testing laboratory anticipates that
production of pipe shall be done over a normal period of time and without "slowdowns"
or other abnormal delays. In the event that an abnormal production time is required, and
the Owner is required to pay excessive costs for inspection, then the Contractor shall be
Milwaukee Ave. Water Section 33 05 24.23 - 5 September 1, 2023
required to reimburse the Owner for such laboratory costs over and above those which
would have been incurred under a normal schedule of production as determined by the
Engineer.
C. Factory Testing:
(1) The Manufacturer shall perform all tests as required by the applicable AWWA standards
and as listed herein.
(2) Cement Mortar Lining: Shop -applied cement mortar linings shall be tested in accordance
with AWWA C205 and as specified in Section 09960 "High -Performance Coatings."
(3) Coating: The pipe coating shall be tested as specified in Section 09960 "High -
Performance Coatings."
(4) Hydrostatic Pressure Testing and Welding Testing:
(a) Each joint of pipe shall be hydrostatically tested prior to application of lining or
coating. The internal test pressure shall be that which results in a fiber stress equal to
75 percent of the minimum yield strength of the steel used. Each joint of pipe tested
shall be completely watertight under maximum test pressure. As a part of testing
equipment, the Pipe Manufacturer shall maintain a recording pressure gauge,
reference number of pipe tested, etc. The pipe shall be numbered in order that this
information can be recorded.
(b) Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings
shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test.
Air test shall be made by applying air to the welds at 10 pounds per square inch
pressure and checking for leaks around and through welds with a soap solution. In
addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic
testing by an independent certified welding inspector paid for by the Pipe
Manufacturer.
(5) Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 0.25
inches and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30 F in
accordance with ASTM A370.
(6) Elongation: For the tensile test specified in ASTM A370, 2-inch test pecimens shall show
elongations not less than 22 percent for each heat of steel.
(7) Mill Certification: The Owner will require the Manufacturer to furnish mill test
certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The
Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and
specials.
D. Manufacturer's Technician for Pipe Installation:
(1) During the construction period, the Pipe Manufacturer shall furnish the services of a
factory trained, qualified, job experienced technician to advise and instruct as necessary
in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in
his pipe laying operations and shall instruct construction personnel in proper joint
assembly and joint inspection procedures. The technician is not required to be on -site full
time; however, the technician shall be on -site during the first 2 weeks of pipe laying and
thereafter as requested by the Engineer, Owner, or Contractor.
(2) The Pipe Manufacturer shall provide services of the Coating Manufacturer's
representative and the Heat Shrink Joint Manufacturer's representative for a period of not
less than 2 weeks at the beginning of actual pipe laying operations to advise Pipe
Manufacturer, Contractor and Owner regarding installation, including but not limited to,
handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat
shrink joint installation procedures and general construction methods and how they may
Milwaukee Ave. Water Section 33 05 24.23 - 6 September 1, 2023
affect the pipe coating. The Manufacturer's representative shall be required to return if, in
the opinion of the Engineer, the coating or the Contractor's construction methods do not
comply with the Specifications. Cost for the Manufacturer's representatives to return to
the Site shall be at no additional cost to the Owner.
1.3 1.03 SUBMITTALS
A. A. Submittals shall be in accordance with Section 0133 00 - "Submittal Procedures" and
shall include:
(1) 1. Shop Drawings:
(a) Prior to the fabrication of the pipe, submit fabrication and laying drawings to the
Engineer. Shop Drawings shall include a schematic location profile and a tabulated
layout schedule, both of which shall be appropriately referenced to the stationing of
the proposed pipeline as shown on the plan and profile sheets. Shop Drawings shall
be based on the drawings and Specifications and shall incorporate changes necessary
to avoid conflicts with existing utilities and structures. Shop Drawings shall also
include full details of reinforcement, and dimensions for pipe and fittings. Details for
the design and fabrication of all fittings, specials, and provisions for thrust restraint
shall be included.
(b) Where welded joints are required, Shop Drawings shall include:
(1) Welding requirements.
(c) 2). Location and dimension of all additional outlets required by the Contractor to
install welds.
(2) 2. Certificate of Adequacy of Design: Prior to shipment of the pipe, the Contractor/Pipe
Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other
products and materials furnished, comply with this Specification, Drawings, and the
applicable requirements of AWWA C200, AWWA C205, AWWA C215, AWWA C222.
(3) 3. Certified Test Reports: a. Submit the following Certified Test Reports prior to
shipment of the pipe:
(a) 1). Copies of results of factory hydrostatic tests and test of fittings.
(b) 2). Mill certificates, including chemical and physical test results for each heat of
steel, charpy v-notch tests, and elongation tests.
(c) 3). A Certified Test Report from the Coating Manufacturer indicating that the
coatings were applied in accordance with manufacturer's requirements and in
accordance with this Specification on all pipe, fittings and joints made in the factory.
(d) 4). Certified Test Reports for welder certification for factory and field welders.
(e) 5). Certified Test Reports for factory welds of fittings from an independent Certified
Welding Inspector paid for by the Pipe Manufacturer.
(f) 6). Certified Test Reports for cement mortar tests.
(4) 4. Record Data:
(a) a. Before pipe installation begins:
(1) 1). Provide copies of "Release for Manufacture" layout sheets.
(ii) 2). Provide copies of all design calculations.
(iii) 3). Where welded joints are required, provide the Contractor's Proposed Field
Welding Procedure in accordance with this Specification, AWWA C206 and
AWS D1.1. The Field Welding Procedure shall include provisions for thermal
stress control and provisions for control of coating damage.
(b) b. During pipe installation:
Milwaukee Ave. Water Section 33 05 24.23 - 7 September 1, 2023
(1) 1). Provide copies of agreed written method for taking pipe deflection
measurements and format of deflection report.
(ii) 2). Submit deflection report on a monthly basis.
(iii) 3). Where welded joints are required: Daily welding reports for field welding
showing welder and joint welded shall be submitted by the tenth day of each
month.
(c) c. After pipe installation:
(1) 1). The Pipe Manufacturer shall provide AutoCad drawings of the pipe plan and
profile layout sheets showing each joint of pipe and all appurtenances to the same
coordinate system as used on the Drawings.
(ii) 2). After construction, the Contractor shall provide Record Data showing top -of
pipe survey every 100 feet along the pipeline. Survey shall include location of all
valves, fittings, and appurtenances.
1.4 1.04 STANDARDS
A. Except as modified or supplemented herein, the steel pipe, coatings, linings, fittings, and
specials shall conform to the applicable requirements of the following standards and
specifications, latest edition:
ANSI/NSF
Standard 61
AWS DLL
Structural Welding Code
AWWA C200
Steel Water Pipe — 6 In. (150 MM) and Larger
AWWA C205
Cement Mortar Protective Lining and Coating for Steel Water Pipe
4 In. (100 mm) and Larger — Shop Applied
AWWA C206
Field Welding of Steel Water Pipe
AWWA C207
Steel Pipe Flanges for Waterworks Service Sizes 4 In. Through 144
In. (100 mm Through 3600 mm)
AWWA C208
Dimensions for Steel Water Pipe Fittings
AWWA C210
Liquid -Epoxy Coating Systems for the Interior and Exterior of
Steel Water Pipelines
AWWA C215
Extruded Polyolefin Coatings for Exterior of Steel Water Pipelines
AWWA C216
Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior
of Special Sections, Connections, and Fittings for Steel Water
Pipelines
AWWA C217
Petrolatum and Petroleum Wax Tape Coatings for the Exterior of
Connections and Fittings to Steel Water Pipelines
AWWA C222
Polyurethane Coatings for the Interior and Exterior of Steel Water
Pipelines and Fittings
AWWA C602
Cement -Mortar Lining of Water Pipelines In Place - 4 In. (100
mm) and Larger
AWWA MI I
Manual: Steel Pipe - A Guide for Design and Installation
AWWA C604
Installation of Steel Water Pipe — 4 In. and Larger ASME Shop
Welding Certification
ASTM A370
Standard Test Method and Definitions for Mechanical Testing of
Steel Products
Milwaukee Ave. Water Section 33 05 24.23 - 8 September 1, 2023
ASTM C33
Standard Specification for Concrete Aggregates
ASTM C35
Standard Specification for Inorganic Aggregates for Use in
Gypsum Plaster
ASTM C150
Standard Specification for Portland Cement
ASTM D16
Standard Terminology for Paint, Related Coatings, Materials and
Applications
ASTM D522
Standard Test Methods for Mandrel Bend Test of Attached Organic
Coatings
ASTM E165
Standard Practice for Liquid Penetrant Examination for General
Industry
ASTM E709
Standard Guide for Magnetic Particle Testing
ASTM E1444
Standard Practice for Magnetic Particle Testing
SSPC-SP-1
SSPC-SP-10
Near -White Blast Cleaning
SSPC-PA2
SSPC-PA/Guide 3
A Guide to Safety in Paint Application
SSPC-PS/Guide 17
A Guide for Selecting Urethane Painting Systems
1.5 1.05 DELIVERY AND STORAGE
A. A. Packing:
(1) 1. The pipe shall be prepared for shipment to afford maximum protection from normal
hazards of transportation and allow pipe to reach the Site in an undamaged condition.
Pipe damaged in shipment shall not be delivered to the Site unless such damaged pipe is
properly repaired.
(2) 2. After the completed pipe and fittings have been removed from the final cure at the
manufacturing plant, the pipe lining shall be protected from drying by means of plastic
end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all
times until ready to be placed in the trench. Moisture shall be maintained inside the pipe
by periodic addition of water as necessary.
(3) 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and
specials shall be separated so that they do not bear against each other, and the whole load
shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks
with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt
berms, tires, or other suitable means to protect the pipe from damage. As a minimum,
each end of each length of pipe, fitting, or special and the middle of each pipe joint shall
be internally supported and braced with stulls to maintain a true circular shape. More
internal stulls shall be included to protect the pipe, lining, and coating from damage as
determined by the Pipe Manufacturer. Internal stulls shall consist of timber or steel firmly
wedged and secured so that stulls remain in place during storage, shipment, and
installation. Pipe and liner shall be protected from damage from stulls using shaped wood
pads or similar devices. Stulls shall not be welded directly to the pipe except at the end of
the pipe where the lining is held back. Pipe shall be rotated so that one Stull remains
vertical during storage, shipment and installation. Stulls shall not be removed until the
pipe is laid, set to grade, and backfilled.
(4) 4. Deliver, handle, and store pipe in accordance with the Manufacturer's
recommendations and in accordance with Paragraph 3.0I.C.
Milwaukee Ave. Water Section 33 05 24.23 - 9 September 1, 2023
B. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on
the inside of both ends, the class for which it is designed, the date of manufacture, and the
identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the
amount of bevel. The top centerlines shall be marked on all specials.
C. C. Point of Delivery:
(1) 1. Pipe shall be hauled direct from pipe plant to the Site and strung along pipeline route,
thus avoiding re -handling of pipe and the possibility of damage thereto. Where fully
loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at
access points along the route, and brought to the trench side by approved methods;
however, the Contractor shall be responsible to ensure that pipe is undamaged at the time
of laying.
(2) 2. If the pipe cannot be hauled directly from the pipe plant to the laying site, a maximum
of two handlings is allowed in which case the maximum number of coating repairs is
reduced to five.
(3) 3. Shipment by rail will be unacceptable, unless it can be demonstrated that it will not
damage the pipe.
PART 2 PRODUCTS
2.1 MATERIALS
A. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting.
(1) Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine
(2) Austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi.
B. B. Coatings and Linings:
(1) Coatings:
(a) Polyurethane Coating: Polyurethane coating shall be in accordance with Section 09
96 00 "High -Performance Coatings."
(b) Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall
have an epoxy coating per Section 09 96 00 "High -Performance Coatings."
(c) Mortar Coating: Mortar coating shall be in accordance with Section 09 96 00 "High -
Performance Coatings."
(2) Linings:
(a) Cement Mortar Lining: 1). Linings shall be shop -applied spun cement mortar lining
for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall be in
accordance with Section 09 96 00 "High -Performance Coatings" and shall conform
to the requirements of AWWA C205 with the following modifications: Sand used for
cement mortar shall be silica base and shall not leach in water. Curing of the linings
shall conform to the requirements of AWWA C205. Cement mortar linings shall be
dense and smooth without bumps, blisters, ridges, or spalling, to the satisfaction of
the Engineer. All rough spots shall be smoothed out with a rubbing stone, or other
method, to the satisfaction of the Engineer.
(b) Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all
above grade piping provide epoxy lining in accordance with Section 09 96 00 "High -
Performance Coatings."
C. Flange Nuts and Bolts: Nuts and Bolts shall be 304 stainless steel. Bolts shall conform to
ASTM A193. Nuts shall conform to ASTM A194. Furnish all bolts, nuts, flange gaskets, and
Milwaukee Ave. Water Section 33 05 24.23 - 10 September 1, 2023
insulation kits. Use anti -seize compound during installation of all nuts and bolts. Thrust rods
shall be carbon steel conforming to ASTM A193.
D. Threaded Outlets: Where outlets or taps are threaded, furnish and install 304 stainless steel
bushings for the outlet size indicated.
E. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Outlets
shall be welded after use. Outlet configuration shall be as shown in the Shop Drawings. The
minimum spacing for outlets for weld leads shall be 500 feet. Outlets through manways, air
valves, and blow offs shall be used for access for weld leads, and shall be included in the
calculation for 500-foot minimum spacing.
F. Flexible Joint Couplings: See Section 15136 "Miscellaneous Valves."
G. Test Bulkheads: Contractor shall furnish test bulkheads in accordance with Section 01666
"Hydrostatic Testing," the Drawings, and as needed to perform field hydrostatic tests.
(1) Each test plug or bulkhead shall be designed to withstand the test pressure on either side
with only atmospheric pressure on the opposite side.
(2) Each test plug or bulkhead specified shall have a 30-inch access manhole in one side of
the plug and a 12-inch flanged outlet on the other side of the plug as shown in the
Drawings.
2.2 MIXES
A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement
shall be ASTM C150, Type I/II. Sand shall be silica base of sharp sand that will not leach in
water. Sand shall be plaster sand meeting ASTM C33. Exterior joint mortar (where
applicable) shall be mixed to the consistency of thick cream. Interior joint mortar shall be
mixed with as little water as possible so that the mortar is very stiff, but workable. Water for
cement mortar shall be treated and suitable for drinking water.
B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining: Mortar for patching shall
be as per interior joints.
C. Bonding Agent: Bonding agent for cement mortar lining patching shall be Probond Epoxy
Bonding Agent ET-150, parts A and B; Sikadur 32 Hi -Mod, or approved equal.
2.3 MANUFACTURED PRODUCTS
A. A. Pipe:
(1) Pipe Design:
(a) Steel pipe shall be manufactured, and tested in conformance with AWWA C200,
AWWA MI 1, and with the criteria specified herein. Sizes and pressure classes
(working pressure) shall be as shown in the Drawings. For the purpose of pipe
design, the transient pressure plus working pressure shall be 1.5 times the working
pressure class specified. Fittings, specials, and connections shall be designed for the
same pressures as the adjacent pipe. Pipe design shall be based on trench conditions
and the design pressure in accordance with AWWA M11; using the following
parameters:
Note to Specifier: Remove deflection parameter for mortar coated pipe is not used in
project.
• Unit Weight of Fill (W) 130 pcf Live Load
• AASHTO HS 20 at all locations, except at railroads
• Coopers E 80 at Railroads
• Trench Depth As indicated
• Deflection Lag Factor (DI) 1.1
Milwaukee Ave. Water Section 33 05 24.23 - 11 September 1, 2023
• Coefficient (K) 0.10
• Maximum Calculated Deflection (DX = DY)
2% (Polyurethane, epoxy, or concrete encased Steel Pipe)
• Maximum Calculated Deflection (DX = DY)
1% (Mortar coated pipe, where allowed)
• Soil Reaction Modulus (E')
1500 psi (Typical Granular Embedment Trench Section)
• Soil Reaction Modulus (E')
3000 psi (Flowable Fill or Concrete Encased Trench Section)
(b) The fittings and specials shall be designed in accordance with AWWA C208 and
AWWA MI I except that crotch plates shall be used for outlet reinforcement for all
Pressure Diameter Valves values (PDV), greater than 6000 unless otherwise
specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu
of crotch plates to allow working space and supports. Wrappers and collars shall
meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be
used when designed in accordance with ASME Section VIII, Division 1.
(c) Where the pipe requires additional external support to achieve the specified
maximum deflection, the Contractor and Pipe Manufacturer will be required to
furnish alternate methods for pipe embedment. No additional compensation will be
made to the Contractor by the Owner where this method is required.
(d) Trench depths indicated shall be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe and embedment design depth. In no
case shall the pipe and embedment system be installed deeper than its design allows.
(e) Pipe shall be designed for full vacuum conditions without buckling, damage to lining,
or damage to pipe joints.
(2) Provisions for Thrust:
(a) Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints.
Thrust at bends adjacent to casing shall be restrained by welding joints through the
casing and a sufficient distance each side of the casing. No thrust restraint
contribution shall be allowed for pipe in casing unless the annular space in the casing
is filled with grout.
(b) Restrained joints shall be used a sufficient distance from each side of the valves,
bend, tee, plug, or other fitting to resist thrust which develops at the design pressure
of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the
working pressure class. Restrained joints shall consist of welded joints unless other
joint types are shown on the Drawings.
(c) Thrust restraint design shall be the complete responsibility of the Pipe Manufacturer.
The Pipe Manufacturer shall submit thrust calculations with the lay drawing
submittal verifying that the thrust restraint system is adequate to meet the Pipe
Manufacturer's minimum standards, AWWA MI I standards, and these
Specifications, whichever is more stringent. The length of pipe with restrained joints
to resist thrust forces shall be determined by the Pipe Manufacturer in accordance
with AWWA MI I and the following:
(1) The Weight of Earth shall be calculated as the weight of the projected soil prism
above the pipe.
Milwaukee Ave. Water Section 33 05 24.23 - 12 September 1, 2023
(ii) Assume saturated soil conditions.
1. The soil density shall be reduced to its buoyant weight for all backfill below
the water table. Soil Density 60 pcf (maximum value to be used) Coefficient
of Friction 0.15 (maximum value to be used for polyurethane or Epoxy
coated steel pipe) Coefficient of Friction 0.25 for mortar coated steel pipe
(iii) For horizontal bends, the length of pipe to be restrained shall be calculated as
follows:
1. For A less than 60 degrees:
L= 2 x P x A x sin(A2)
fx(We +Wp+Ww)
2. For A greater than 60 degrees:
L=PxAx(1—cos A)
f x (We + Wp + Ww)
L = Length of pipe to be restrained
P = 1.5 times working pressure
A = Cross -sectional area of pipe steel cylinder I.D.
A = Deflection angle
We = Weight of earth prism above the pipe
Wp = Weight of pipe
Ww = Weight of water
f = Coefficient of friction
(iv) For vertical bends, the length of pipe to be restrained shall be calculated per
AWWA M11.
(3) Inside Diameter: The inside diameter, including the cement mortar lining, shall be a
minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the
Drawings. It is the responsibility of the Contractor to field verify that the nominal pipe
diameter meets specifications before installing the pipe. Contractor shall coordinate pipe
replacement with the Pipe Manufacturer for any pipe not meeting the specified internal
diameter.
(4) Wall Thickness:
(a) The minimum pipe wall steel thickness shall be 0.250 inches or Pipe ID/230,
whichever is greater for pipe and fittings, and a maximum minus tolerance of 0.005
inches per AWWA C200. Where indicated on the Drawings, pipe and fittings shall
have thicker steel pipe wall. The minimum steel wall thickness shall also be such that
the fiber stress shall not exceed 50 percent of the minimum yield strength of the steel
at working pressure, nor the following, at the specified working pressure. Pipe Type
Maximum Stress at Working Pressure:
Polyurethane or Epoxy Coated Steel 21,000 psi
Mortar or Shotcrete Coated Steel Pipe 18,000 psi
(b) Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel
thickness of 0.25 inches or Pipe ID/144, whichever is greater.
(c) Fittings over 15 degrees, pipes with outlets 24-inches in diameter and larger, main
line tees and wyes, and pipe which are above grade or exposed (not in a trench or
casing) shall have the following minimum thickness:
36" Diameter and Smaller 0.25"
Milwaukee Ave. Water Section 33 05 24.23 - 13 September 1, 2023
37" < Diameter < 60" 0.375"
61" < Diameter < 84" 0.50"
85" < Diameter < 96" 0.625"
97" < Diameter < 120" 0.75"
(d) Pipe, fittings, and specials shall be designed such that the maximum stresses in the
pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield
strength at the thrust design pressure (1.5 times working pressure).
(5) Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into
cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be
spirally formed and butt welded. There shall be not more than two longitudinal seams.
Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in
specials and fittings.
(6) Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of
steel pipe installed in casing shall not exceed 25 feet.
B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 13110 "Passive
(1) Cathodic Protection for Underground and Submerged Piping" and Section 15136
"Miscellaneous Valves." All rubber gasket joints shall be bonded for electrical
continuity.
C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the diameter to
permit passage of pipeline pigs.
D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible
coupled joint. Pipe that has a diameter of 48 inches or smaller together with pressure class of
250 psi or lower may have welded joints or rubber gasket joints. Pipe ends shall be suitable
for full vacuum and the maximum surge pressures indicated.
(1) Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot or carnegie joint with
rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA MI I and
AWWA C200. Joints shall be of clearances such that water tightness shall be provided
under all operating and test conditions with a pipe diameter deflection of 4 percent. The
joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4
inches. At the Pipe Manufacturer's option, all steel pipe joints may be lap -welded slip
joints in lieu of rubber gasket joints.
(a) Rolled Spigot Joints: The joint shall consist of a flared bell end formed and sized by
forcing the pipe over a plug die or by expanding on segmental dies. The difference in
diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full
engagement with an allowable deflection shall be no more than .00 inches to .04
inches as measured on the circumference with a diameter tape. The gasket shall have
sufficient volume to approximately fill the area of the groove and shall conform to
AWWA C200.
(b) Carnegie Joints: The spigot end shall be a Carnegie shaped steel joint ring. Spigot
ring shall be welded to the outside of the pipe can, with an inside weld also required
where deemed necessary by the Manufacturer due to pipe loading conditions. The
welded area of bell and spigot pipe ends shall be checked after forming by the
magnetic particle method.
(2) Lap Welded Slip Joint:
(a) Lap welded slip joint shall be provided in all locations where any of the following
criteria is met, unless otherwise specified in the Drawings:
(1) 1Pipe ID is 54 inches and larger.
Milwaukee Ave. Water Section 33 05 24.23 - 14 September 1, 2023
(ii) Pressure class is 275 psi and greater.
(iii) Joints are welded for thrust restraint.
(b) Ends of pipe, fittings, and specials for field welded joints shall be prepared with one
end expanded in order to receive a plain end making a bell and plain end type of
joint. Clearance between the surfaces of lap joints shall not exceed 1/8 of an inch at
any point around the periphery.
(c) The depth of bell shall be such as to provide for a minimum clear distance of 2 inches
between the weld and the nearest tangent of the bell radius when welds are to be
located on the inside of the pipe.
(d) The depth of bell shall be such as to provide for a minimum lap of 2 inches. Provide a
deeper bell every 400 feet to accommodate thermal movement for which the
minimum lap shall be 4 inches.
(e) Lap welded slip joints shall be welded from the inside for pipe diameters 48 inches
and larger. Lap welded slip joints shall be welded from the outside for diameters
smaller than 48 inches.
(3) For Fittings with Flanges: Flanged joints shall be provided at connections to valves and
where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral
welds ground flush to accommodate the type of flanges provided. Pipe flanges and
welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and
AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent
pipe class. Flange drilling shall match the drilling of adjacent fittings or appurtenances
which the flanges are to be attached to. Flanges shall be spot faced or back faced parallel
to the front face.
(4) Flexible Couplings: Flexible couplings shall be provided where shown in the Drawings
and as specified in Section 33 14 00 — "Water Utility Transmission and Distribution."
Ends to be joined by flexible couplings shall be of the plain end type, prepared as
stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25 inch or the
Coupling Manufacturer's tolerances, whichever is smaller. In addition, the welds on ends
to be joined by couplings shall be ground flush to permit sliding the coupling in at least
one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA
MI I and the Drawings.
(5) Butt Strap Closure Joints:
(a) Where necessary to make closure to pipe previously laid, closure joints shall be
installed using butt strap joints in accordance with AWWA C206 and applicable
provisions of this specification.
(b) Butt strap shall have an inside and outside weld and shall be air tested. Air test shall
be low pressure from a threaded fitting between the welds.
PART 3 EXECUTION
3.1 PREPARATION
A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection systems operations.
B. Shore, support, and protect utilities encountered.
C. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
Milwaukee Ave. Water Section 33 05 24.23 - 15 September 1, 2023
D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
E. Locate excavation support and protection systems clear of permanent construction so that
forming and finishing of concrete surfaces is not impeded.
F. Monitor excavation support and protection systems daily during excavation progress and for
as long as excavation remains open.
G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation
support and protection systems remain stable.
H. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
3.2 SHEET PILING
A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form
a continuous barrier.
B. Limit vertical offset of adjacent sheet piling to sixty (60) inches.
C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a
horizontal line and not more than 1:120 out of vertical alignment.
D. Cut tops of sheet piling to uniform elevation at top of excavation.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench.
B. All exposed trench shall be protected.
3.4 TRENCHING PROCEDURES
A. Provide shoring systems in accordance with the Contractor's submitted design to adequately
resist earth pressures.
B. Proceed with work in an orderly fashion.
C. Install trench bracing systems as soon as possible after opening trenches.
D. Do not allow workers in trench prior to installing trench bracing systems.
E. Backfill trenches as soon as possible after completion of work.
F. Stockpile excavated materials at three (3) feet away from edge of trench.
G. Maintain barricades and signage as required by State and Local codes to protect open
excavations.
H. Do not allow surface water to enter excavations.
L Properly grade areas adjacent to trench excavations to control surface drainage away from
excavations.
J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three
(3) feet from edge of cut to avoid allowing loose material to enter trench.
K. Cut back method may not be used where there is insufficient work area to employ it.
L. Do not operate heavy equipment except for trench digging or pipe laying equipment within
twenty (20) feet of edge of excavation.
M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the
Contractor deems it safe to do so.
Milwaukee Ave. Water Section 33 05 24.23 - 16 September 1, 2023
3.5 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has progressed
sufficiently to support excavation and bear soil and hydrostatic pressures.
B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements,
facilities, and utilities.
END OF SECTION
Milwaukee Ave. Water Section 33 05 24.23 - 17 September 1, 2023
THIS PAGE INTENTIONALLY LEFT BLANK
Section 33 14 23.05
STEEL CASING
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Minimum requirements for manufacturing, furnishing and transporting Steel
Casing Pipe to be installed by Open Cut or By Other than Open Cut at the
locations shown on the Drawings.
B. Related Specification Sections include, but are not necessarily limited to:
(1) Division 1 — General Requirements
(2) Section 3123 00 — Excavation and Fill
(3) Section 33 05 07 — Trenchless Installation of Utility Piping
1.2 REFERENCES
A. Reference Standards
(1) Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date logged
at the end of this Specification unless a date is specifically cited.
(2) ASTM International (ASTM):
(a) A139, Standard Specification for Electric -Fusion (Arc) -Welded
Steel Pipe (NPS Sizes 4 and Over).
(3) American Water Works Association (AWWA):
(a) C203, Coal -Tar Protective Coatings and Linings for Steel Water
Pipelines - Enamel and Tape - Hot Applied.
1.3 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00 — Submittal Procedures.
B. All submittals shall be approved by the Engineer or the City prior to delivery.
1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
(1) Exterior Coating
(a) Material data
(b) Field touch-up procedures
(2) Interior Coating
(a) Material data
(b) Field touch-up procedures
Milwaukee Ave. Water Section 33 14 23.05 - 1 September 1, 2023
A. Shop Drawings
1. No shop drawings required for Auger Boring
For Tunneling, provide the following:
a. Furnish details for Steel Casing Pipe outlining the following:
1) Grout/lubrication ports
2) Joint details
3) Other miscellaneous items for furnishing and fabricating pipe
b. Submit calculations in a neat, legible format that is sealed by a Licensed
Professional Engineer in Texas, consistent with the information provided in the
geotechnical report, and includes:
1) Calculations confirming that pipe jacking capacity is adequate to resist the
anticipated jacking loads for each crossing with a minimum factor of safety
of 2
2) Calculations confirming that pipe capacity is adequate to safely support all
other anticipated loads, including earth and groundwater pressures,
surcharge loads, and handling loads
3) Calculations confirming that jointing method will support allloading
conditions
1.2 DELIVERY, STORAGE, AND HANDLING
A. Delivery, Handling, and Storage
1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed,
as recommended by the manufacturer, for protection during shipping and storage.
2. Deliver, handle and store pipe in accordance with the Manufacturer's
recommendations to protect coating systems.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Design Criteria
1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or
exceeds the design requirements of this Specification and that is specifically
designed for installation by the intended trenchless method.
2. For Steel Casing Pipe utilized for tunneling projects, consider the following:
a. Design of the casing pipe shall account for all installation and service loads
including:
1) Jacking loads
2) External groundwater and earth loads
3) Traffic loads
4) Practical consideration for handling, shipping and other construction
operations
5) Any other live or dead loads reasonably anticipated
b. Design shall be sealed and signed by a registered Professional Engineer
licensed in the State of Texas.
c. The allowable jacking capacity shall not exceed 50 percent of the minimum
steel yield stress.
d. Steel Casing Pipe shall have a minimum wall thickness as follows:
Milwaukee Ave. Water Section 33 14 23.05 - 2 September 1, 2023
Casing Pipe Diameter
(inches)
Minimum Wall Thickness
(inches)
36
0.56 Minimum
3. Steel Casing Pipe shall be provided with inside diameter
sufficient to efficiently install the required carrier pipe with
casing spacers as required in these specifications.
4. Furnish in lengths that are compatible with Contractor's shaft
sizes and allowable work areas.
5. Random segments of pipe will not be permitted for straight runs of casing.
a. Closing piece segments, however, shall be acceptable.
6. When required by installation method, provide grout/lubricant
ports along the pipe at intervals of 10 feet or less.
a. Ports and fittings shall be attached to the pipe in a manner that
will not materially affect the strength of the pipe nor interfere
with installation of carrier pipe.
b. Plugs for sealing the fittings shall be provided by the
Contractor and shall be capable of withstanding all external
and internal pressures and loads without leaking.
B. Materials
1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139,
Grade B.
2. Dimensional Tolerances
a. Furnishing and installing Steel Casing Pipe with dimensional
tolerances thatare compatible with performance requirements
and proposed installation methods that meet or exceed the
specific requirements below:
1) Minimum wall thickness at any point shall be at least
87.5 percent of the nominal wall thickness.
2) Outside circumference within 1.0 percent or 3/4
inch of the nominal circumference, whichever is
less.
3) Outside diameter of the pipe shall be within 1/8 inch of the
nominal outside diameter.
4) Roundness such that the difference between the major
and minor outside diameters shall not exceed 0.5
percent of the specified nominal outside diameter or 1/4
inch, whichever is less.
5) Maximum allowable straightness deviation of 1/8
inch in any 10-foot length.
3. All steel pipe shall have square ends.
a. The ends of pipe sections shall not vary by more than 1/8 inch
at any point from a true plane perpendicular to the axis of the
pipe and passing through the center of the pipe at the end.
b. When pipe ends have to be beveled for welding, the ends shall
be beveled on the outside to an angle of 35 degrees with a
tolerance of ± 2'/2 degrees and with a width of root face 1/16
inch f 1/32 inch.
4. Steel Casing Pipe shall be fabricated with longitudinal weld seams.
Milwaukee Ave. Water Section 33 14 23.05 - 3 September 1, 2023
a. All girth weld seams shall be ground flush.
C. Finishes
1. Provide outside of Steel Casing Pipe with a Fusion Bonded Epoxy
Coating (FBE) with an Abrasion Resistant Overcoating (ARO) or
approved equivalent protective coating in accordance with the
requirements of AWWA C203.
END OF SECTION
Milwaukee Ave. Water Section 33 14 23.05 - 4 September 1, 2023
SECTION 33 05 36
FIBERGLASS -REINFORCE PLASTIC UTILITY PIPE
PART GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary
sewer applications
B. Related Specification Sections include, but are not necessarily limited to:
(1) Division 00 — Bidding Requirements, Contract Forms, and
Conditions of the Contract
(2) Division 1 — General Requirements
(3) Section 3123 00 — Excavation and Backfill.
1.2 REFERENCES
A. Reference Standards
(1) Reference standards cited in this Specification refer to the current
reference standard published at the time of the latest revision date logged
at the end of this Specification, unless a date is specifically cited.
(2) ASTM International (ASTM):
(a) D3236, Standard Test Method for Apparent Viscoscity of Hot Melt
Adhesives and Coating Materials.
(b) D3262, Standard Specification for "Fiberglass" (Glass -Fiber -
Reinforced Thermosetting -Resin) Sewer Pipe.
(c) D3681, Standard Test Method for Chemical Resistance of "Fiberglass"
(Glass- Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected
Condition.
(d) D4161, Standard Specification for "Fiberglass" (Glass -Fiber -
Reinforced Thermosetting -Resin) Pipe Joints Using Flexible
Elastomeric Seals.
(e) F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining
Plastic Pipe.
1.3 SUBMITTALS
A. Submittals shall be in accordance with Section 013300 — Submittal Procedures.
B. All submittals shall be approved by the Engineer or the City prior to delivery.
1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
(1) Manufacturer
(2) Manufacturer Number (identifies factory, location, and date manufactured)
(3) Nominal Diameter
Milwaukee Ave. Water Section 33 05 36 - 1 September 1, 2023
1. Beam load
2. Laying lengths
3. ASTM designation
B. Shop Drawings
1. Pipe details
2. Joint details
3. Miscellaneous items to be furnished and fabricated for the pipe
4. Dimensions
5. Tolerances
6. Wall thickness
7. Properties and strengths
8. Pipe calculations
a. Calculations confirming the pipe will handle anticipated
loading signed and sealed by a Licensed Professional
Engineer in Texas
C. Certificates
1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe
meets the provisions of this Section and has been tested and meets
the requirements ofASTM D3262.
1.2 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Finished pipe shall be the product of 1 manufacturer for each size per
project.
b. Pipe manufacturing operations shall be performed under
the control of the manufacturer.
c. All pipe furnished shall be in conformance with this
specification and ASTM D3262.
1.3 DELIVERY, STORAGE, AND HANDLING
A. Delivery
1. Provide adequate strutting during transport to prevent damage to
the pipe, fittings and appurtenances.
B. Storage and Handling Requirements
1. Gravity pipe shall be stored and handled in accordance with
the manufacturer's guidelines.
Only the pipe and fittings that will be installed during a single
work day will be allowed to be stored within the barricaded
work area.
Milwaukee Ave. Water Section 33 05 36 - 2 September 1, 2023
PART 2 PRODUCTS
2.1 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Performance / Design Criteria
Pipe
a. Design in accordance with ASTM D3262
b. Design pipe for service loads that include:
1) External groundwater and earth loads
2) Jacking/pushing loads
a) The allowable jacking/pushing capacity shall not
exceed 40 percent of the ultimate compressive
strength or the maximum allowable compressive
strength recommended by the manufacturer,
whichever is less.
3) Traffic loads
4) Practical considerations for handling, shipping and
other construction operations
c. Design is to be conducted under the supervision of a
Professional Engineer licensed in the State of Texas, who
shall seal and sign the design.
d. Standard lay length of 20 feet, except for special fittings
or closure pieces necessary to comply with the
Drawings.
e. Stiffness class that satisfies design requirements or as stated on
the Drawings, but not less than 46 psi when used in direct
bury operations measured up to 25- feet to flow line or 72 psi
when used in direct bury operations measured greater than 25-
feet to flow line.
f. Accommodate vertical alignment changes required because of
existing utility or other conflicts by an appropriate change in
pipe design depth.
g. In no case shall pipe be installed deeper than its design allows.
h. Identification markings on each joint of pipe as follows:
1) Nominal pipe diameter
2) Beam Load
3) Company, plant and date of manufacture
4) ASTM designation
2. Dimensional Tolerances
a. Inside diameter
1) Pipe shall not vary more than 1/8 inch from the nominal inside
diameter.
b. Roundness
1) The difference between the major and minor outside
diameters shall not exceed 0.1 percent of the nominal
outside or 1/4 inch, whichever is less.
c. Wall thickness
1) Provide minimum single point thickness no less than 98
percent of stated design thickness.
d. End Squareness
1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8
Milwaukee Ave. Water Section 33 05 36 - 3 September 1, 2023
inch.
e. Fittings
1) Provide tolerance of angle of elbow and angle between
main and leg of wye or tee to ±2 degrees.
2) Provide tolerance of laying length of fitting to ±2 inches.
B. Materials
1. Resin Systems
a. Only use polyester resin system with proven history of
performance in this particular application.
2. Glass Reinforcements
a. Use reinforcing glass fibers of highest quality
commercial grade E-glass filaments with binder and
sizing compatible with impregnated resins to
manufacture components.
3. Fillers
a. Silica sand or other suitable materials may be used.
b. Use 98 percent silica with maximum moisture contest of 0.2 percent.
4. Additives
a. Resin additives, such as curing agents, pigments, dyes,
fillers, thixotropic agents, etc., when used, shall not
detrimentally affect the performance of the product.
5. Internal liner resin
a. Suitable for service as sewer pipe
b. Highly resistant to exposure to sulfuric acid
c. Produced by biological activity from hydrogen sulfide gases
d. Meet or exceed requirements of ASTM D3681
6. Gaskets
a. Supply from approved gasket manufacturer in accordance
with ASTM F477 and suitable for service intended.
b. Affix gaskets to pipe by means of suitable adhesive or install
in a manner so as to prevent gasket from rolling out of pre-cut
groove in pipe or sleeve coupling.
c. Provide the following gaskets in potentially contaminated areas.
1) Petroleum (diesel, gasoline) — Viton
2) Other contaminants — Manufacturer recommendation
7. Couplings
a. Field connect pipe with fiberglass sleeve couplings that
utilize elastomenc sealing gaskets as sole means to
maintain joint water tightness.
8. Joints
a. Joints must meet requirements of ASTM D4161.
9. Pipe markings shall meet the minimum requirements of ASTM
D3236. Minimum pipe markings shall be as follows:
a. Manufacturer
b. Manufacturer Number (identifies factory, location, date
manufactured, shift and sequence)
c. Nominal diameter
d. Beam load
Milwaukee Ave. Water Section 33 05 36 - 4 September 1, 2023
e. Laying length
f. ASTM designation
10. Connections
a. Use only manufactured fittings.
PART 3 EXECUTION
3.1 INSTALLATION
A. General
1. Install pipe, fittings, specials and appurtenances as specified
herein, as specified in Section 3123 00 and in accordance with
the pipe manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with Section 3123 00.
4. Embed pipe in accordance with Section 3123 00.
5. For installation of carrier pipe within casing, see Section 33 14 23.05.
B. Pipe Handling
1. Haul and distribute pipe and fittings at the project site.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and reject or repair any
damaged pipe prior to lowering into the trench.
b. Use only nylon ropes, slings or other lifting devices that
will not damage the surface of the pipe for handling pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash
— during and after the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Pipe Joint Installation
a. Clean dirt and foreign material from the gasketed socket and the spigot end.
b. Assemble pipe joint by sliding the lubricated spigot end into
the gasketedbell end to the reference mark.
c. Install such that identification marking on each joint are
orientedupward toward the trench opening.
d. When making connection to manhole, use an elastomeric
seal or flexible boot to facilitate a seal.
3.2 FIELD [OR] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Closed Circuit Television (CCTV) Inspection
a. Provide a CCTV inspection.
2. Air Test and Deflection (Mandrel) Test
a. Perform test in accordance with Section 33 3100.13.
END OF SECTION
Milwaukee Ave. Water Section 33 05 36 - 5 September 1, 2023
THIS PAGE INTENTIONALLY LEFT BLANK
SECTION 33 05 63
CONCRETE VAULTS AND CHAMBERS
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 — General Requirements apply to work of this section.
1.2 SECTION INCLUDES
A. This section of the specifications pertains to pre -cast concrete vaults and related items.
1.3 RELATED SECTIONS
A. Section 3123 00 — Excavation and Fill
B. Section 33 05 60— Frames, Grates, Rings, and Covers.
1.4 REFERENCES
A. ASTM C 270 — Standard Specification for Mortar for Unit Masonry.
B. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections.
C. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete
Utility Structures.
D. ASTM C 858 —Underground Precast Concrete Utility Structure.
E. ASTM C 990 — Standard Specification for Joints for Concrete Pipe, Manholes, and Precast
Box Sections Using Preformed Flexible Joint Sealants.
F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink).
G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air
Pressure (Vacuum) Test.
H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lb/ft3)
1.5 SUBMITTALS
A. Conform to requirements of Section 01 33 00 - Submittal Procedures.
B. Submit manufacturer's data and details of following items for approval:
(1) Shop drawings of precast concrete vault, including reinforcement, jointing, methods,
materials, and dimensions.
(2) Summary of criteria used in the vault design including, as a minimum, material
properties, loadings, load combinations, and dimensions assumed. Include certification
from manufacturer that precast manhole design is in full accordance with ASTM C 857
and ASTM C 858 latest revisions, except as modified herein and on the drawings for
internal pressure requirements.
(3) Materials to be used for pipe connections at manhole/vault walls.
(4) Materials to be used for stubs and stub plugs, if required.
(5) Material to be used for sealing of riser joints.
1.6 DELIVERY, STORAGE AND HANDLING
A. Deliver number of units needed in a timely manner to the project site to ensure installation
continuity. Each section or part of vault shall be labeled with the vault designation from the
drawings to which that section or part belongs. Each section or part shall be labeled prior to
Milwaukee Ave. Water Section 33 05 63 - 1 September 1, 2023
being shipped from the manufacturer's plant. Any vault section arriving from the
manufacturer without a manhole designation applied to it shall not be unloaded.
B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other
physical damage, and so that markings are visible. Lift and support units at designated lift
points.
C. Deliver anchorage items that are to be embedded in other construction before starting such
work. Provide setting diagrams, templates, instructions, and directions, as required, for
installation.
PART 2 PRODUCTS
2.1 PRE -CAST CONCRETE VAULTS
A. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and
ASTM C 858 latest revision. Vault should be of Type VCP 80100, or as shown on plans, as
manufactured by Vaughn Concrete Products, Hanson Pre -Cast, or approved equal. Openings
shall be precast as shown on plans.
B. The minimum clear distance between any two wall penetrations shall be 12 inches, half the
diameter of the smaller penetration, or as specified by the manufacturer, whichever is most
stringent.
C. For sealants used between concrete riser sections, refer to Section 33 05 63, 2.7 A.
D. Lifting holes in manhole sections and bases are not permissible unless such openings can be
made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal
pressure. Such water tightness shall be proven by a hydrostatic test of four hours duration.
2.2 TRAFFIC -RATED VAULTS
A. Traffic -rated vaults shall meet or exceed AASHTO HS-20-44 (H-20 S-16) load rating.
B. For water line alignments in the roadway, all vaults are to be traffic -rated.
2.3 CAST -IN -PLACE CONCRETE
A. The vault base slab shall be Cast -in -Place Concrete, placed to the dimension and grades
shown on the plans. Slab penetrations should be provided at specified locations.
B. Conform to requirements of Section 03 30 00 — Cast -in -Place Concrete.
2.4 REINFORCING STEEL
A. Reinforcing steel shall conform to requirements of Section 03 30 00 — Cast -in -Place
Concrete.
2.5 MORTAR
A. Conform to requirements of ASTM C 270, Type S using Portland Cement.
2.6 MISCELLANEOUS METALS
A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 —
Frames, Grates, Rings and Covers.
2.7 PIPE TO VAULT CONNECTIONS FOR STORM SEWERS
A. Grout space between the pipe and vault -wall conforming to ASTM C 1107 for all pipe
materials.
2.8 SEALANT MATERIALS
A. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal
conforming to ASTM C 990.
2.9 BACKFILL MATERIALS
Milwaukee Ave. Water Section 33 05 63 - 2 September 1, 2023
A. Backfill materials shall conform to the requirements of Section 3123 00 — Excavation and
Fill.
2.10 NON -SHRINK GROUT
A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based
grout requiring only the addition of water.
B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day
compressive strength of 7000 psi.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that lines and grades are correct.
B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent
of maximum Standard Proctor Density according to ASTM D 698 prior to placement of
foundation material and base section. If it cannot be compacted to that density, the subgrade
shall be moisture conditioned until that density can be reached or shall be treated as an
unstable subgrade.
3.2 VAULT BASE SECTIONS AND FOUNDATIONS
A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the
subgrade cannot be compacted to the required density or if it contains organic materials, then
excavate to stable subgrade, then backfill with lean concrete backfill to required elevation.
3.3 PRE -CAST VAULT SECTIONS
A. Install sections, joints, and gasket material in accordance with manufacturer's printed
recommendations.
B. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the
Engineer. Pressure and leakage requirements in paragraph 2.1 apply.
3.4 BACKFILL
A. A. Place and compact backfill materials in the area of excavation surrounding vaults in
accordance with requirements of Section 3123 00 - Excavation and Fill.
3.5 PROTECTION
A. Protect vaults from damage until work has been finally accepted. Repair damage to vaults at
no additional cost to Owner.
END OF SECTION
Milwaukee Ave. Water Section 33 05 63 - 3 September 1, 2023
THIS PAGE INTENTIONALLY LEFT BLANK
Milwaukee Ave. Water Section 33 05 63 - 4 September 1, 2023
City of
Lubbock
SECTION 33 14 00
WATER UTILITY TRANSMISSION AND DISTRIBUTION
PART GENERAL
1.1 SUMMARY
A. This section of the specifications covers all water piping, valves, and fittings required for the
project.
B. Section Includes:
(1) Material Schedule
(2) Submittals
(3) References
(4) Materials
(5) Polyvinyl Chloride (PVC) Pipe
(6) Ductile Iron Pipe
(7) Concrete Cylinder Pipe
(8) Pipe Fittings
(9) Flexible Couplings and Flanged Coupling Adapters
(10) Pipe Joints
(11) Steel Casing
(12) Valves
(13) Fire Hydrants
(14) Polyethylene Wrap
(15) Joint Restraints
(16) Concrete
(17) General
(18) Inspection
(19) Responsibility for Materials
(20) Handling Pipe and Accessories
(21) Alignment and Grade
(22) Manner of Handling Pipe and Accessories in Trench
(23) Cleaning and Inspecting
(24) Laying and Jointing PVC Pipe
(25) Plugging Dead Ends
(26) Fittings
(27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings
(28) Thrust Restraint
(29) Excavation, Trenching and Backfilling
(30) Line Testing
(31) Disinfection of Pipelines
(32) Installation of Steel Pipe Casing and Pipe in Casing
(33) Pipe Identifiers
(34) Cleanup
Milwaukee Ave. Water Section 40 05 67.36 - 5 September 1, 2023
City of
Lubbock
1.2 MATERIAL SCHEDULE
A. 6", 8", 10" and 12" lines shall be AWWA C 900, DR 18 PVC pipe.
B. Ductile Iron Fittings (AWWA C 153)
C. Tapping Sleeve (ductile iron or stainless steel)
D. Gate Valves
E. Valve Boxes
F. Fire Hydrants (AWWA C 502)
G. Mechanical Joint Restraints
1.3 SUBMITTALS
A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class
calculations, steel casing, and casing spacers.
B. Submit affidavits of compliance with appropriate standards.
C. Submit product warranties.
D. Submit manufacturer's installation instructions.
E. Submit manufacturer's loading, unloading, and storage requirements.
F. Submit product information for pipe identification tape.
G. Submit concrete mix design for concrete thrust blocking.
1.4 REFERENCES
A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water.
B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water.
C. AWWA C I I I — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings.
D. AWWA C 104 — Rubber Seated Butterfly Valves.
E. AWWA 509 — Resilient Seated Gate Valves for Water Supply.
F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch
through 12 inch, for water distribution.
G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch
through 48 inch, for water transmission and distribution.
H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and
other Liquids.
L AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type
J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger
K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel
Water Pipe - 4 in. and Larger -Shop Applied
L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe
M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144"
N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings
O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special
Sections, Connections, and Fittings for Steel Water Pipelines
P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and
Exterior of Steel Water Pipelines
Milwaukee Ave. Water Section 40 05 67.36 - 6 September 1, 2023
City of
`Lubbock
Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water
Pipelines
R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the
Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines
S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water
Pipelines and Fittings
T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe
U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of
Steel Water Pipelines and Fittings
V. AWWA M-I I Steel Pipe - A guide for Design and Installation
W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature
Service.
X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated
Welded and Seamless
Y. ASTM E 165 Method for Liquid Penetrant Examination
Z. ASTM E 709 Guide for Magnetic Particle Examination
AA. ASME Section V Nondestructive Testing Examination
BB.ASME Section IX Welding and Brazing Qualification.
CC.AWS B2.1 Standard for Welding Procedure and Welding Qualifications.
PART 2 PRODUCTS
2.1 MATERIALS
A. All pipe, fittings, and valves shall be new and of the best quality in material and
workmanship.
B. All pipe, fittings, and valves shall conform to American National Standards Institute/National
Sanitation Foundation (ANSI/NSF) Standard 61.
C. In areas where natural gas lines exist, and are cathodically protected by means of impressed
current, only electrically non-conductive pipe shall be allowed.
2.2 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18.
B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the
PVC pipe shall be cast iron equivalent.
C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and
spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and
insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint
length shall be twenty (20) feet.
D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including
nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and
seal of testing agency that verified the suitability of the pipe material for potable water.
E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as
applicable.
Milwaukee Ave. Water Section 40 05 67.36 - 7 September 1, 2023
City of
Lubbock
a
F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the
transportation of potable water and shall bear the NSF seal of approval.
2.3 DUCTILE IRON PIPE
A. Ductile Iron pipe 12" shall be Class 200.
B. Ductile iron pipe to be furnished shall conform to the following standard specifications or
latest revisions:
(1) ANSI/AWWA C150/A21.50-81
(2) ANSI/AWWA C104/A21.4-80
(3) ANSI/AWWA C151/A21.4-80
C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI
A21.4) specifications. The external surface shall be coated with an asphalt base paint.
D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where
connecting flanged fittings, and shall otherwise conform to the base specifications to which
the pipe is manufactured.
E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe.
F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket
meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision.
2.4 CONCRETE CYLINDER PIPE
A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the
latest revision of AWWA C-301.
B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the
latest revision of AWWAS C303-78
C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and
helically.
D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a
continuous ring rubber gasket meeting standards specified in AWWA C303-78.
E. A Portland cement mortar shall be used to fill the annular space both inside and outside of
joints in the pretensioned concrete cylinder pipe.
(1) Portland cement used in the mortar shall conform to "Standard Specifications and Test
for Portland Cement" A.S.T.M. serial designations C150 and C77.
(2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate.
(3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy
duty diaper.
(a) The width of the diaper shall be nine inches.
(b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side.
2.5 PIPE FITTINGS
A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of
piping with which they are installed. Pressure rating of fittings shall not be less than that of
the pipe.
Milwaukee Ave. Water Section 40 05 67.36 - 8 September 1, 2023
MOW City Of
Lubbock
a5
B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in
accordance with AWWA C 104.
C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise
specified or shown on the Drawings.
D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C 153 110. Fittings shall
be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings.
E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but
in no case less than 150 psi.
F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating
and shall be cement -lined in accordance with the specifications for coating and lining the
pipe.
G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile
iron pipe and shall be subjected to the same test requirements. Marking and weighing shall
be as required for ductile iron pipe.
H. Where flanged fittings are used, the flanges shall be of the same material as the fitting.
Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the
fitting. Screwed -on bells will not be acceptable.
2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on
the Drawings and at other locations required for installation of the piping system.
B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint.
Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers
shall be stainless steel.
2.7 PIPE JOINTS
A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C 111.
B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111.
2.8 STEEL CASING
A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi
meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating.
B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design
Standards and Specifications.
C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide
support around the periphery of the pipe should the pipe twist as it is pushed through the
casing.
D. The spacers shall be of a projection type that has a minimum number of projections around
the circumference totaling the number of diameter inches. For example, eight (8) inch pipe
shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a
minimum of eighteen (18) projections.
Milwaukee Ave. Water Section 40 05 67.36 - 9 September 1, 2023
City of
Lubbock
a5
E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto
the carrier pipe so that the spacers do not move during installation. Installation instructions
shall be provided with each shipment.
F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load
anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits
per spacer listed in the brochure.
G. These values in the brochure include conservative safety factors for class spacer used.
Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on
plans.
H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed
sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and
quality.
L Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the
Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel
bands.
2.9 VALVES
A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on
the plans or specified herein. All valves shall be designed for a working pressure of at least
150 psi unless otherwise noted.
B. Gate Valves:
(1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze
mounted throughout and shall meet all requirements of AWWA C 509.
(2) The valves shall be of the type of joint used in the piping.
(3) All valves shall open by turning to the left, and unless otherwise specified, shall have
non -rising stem when buried and outside screw and yoke when exposed, and be
furnished with a two (2) inch operating nut when valves are buried and shall be
furnished with hand wheels when exposed.
(4) Gate valves shall be furnished with O-ring stem packing.
(5) All gate valves shall be designed to withstand a working pressure of 200 psi unless
otherwise noted.
(6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications.
(7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and
sound without defects that will impair their service. No plugging or welding of such
defects will be allowed.
(8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with
ASTM 307 and A563, respectively.
(9) All parts for valves furnished must be standard and completely interchangeable with
valves of the same brand. Successful bidder to furnish to the Owner, upon request, a
letter stating the type of valves to be installed and a letter from the manufacturer stating
that the parts are standard and interchangeable.
C. Valve Boxes and Extension Stems:
Milwaukee Ave. Water Section 40 05 67.36 - 10 September 1, 2023
Cof
Vubbio'�'ek
a$
(1) Extension stems shall be furnished on buried valves where the top of the operating nut
is more than ninety (60) inches below finished grade. Top of the extension stem shall
not be more than thirty-six (36) inches below the top of the valve box.
(2) Buried valves shall be provided with cast iron valve boxes.
(3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe,
which will be used, as an extension from the top of the valve to within six (6) inches of
the ground surface.
(4) The box shall have a heavy cast iron cover marked "Water".
(5) The box shall have a flange type base, with the base being approximately four (4)
inches larger in diameter than the outside diameter of the barrel of the box.
(6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension
shall be considered as a part of the box.
(7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal.
D. FIRE HYDRANTS
(1) Hydrants shall meet the City of Lubbock Design Standards and Specifications
(2) Hydrants shall meet AWWA C-502
(3) Hydrants shall have an iron body, bronze mounted throughout and be designed for
working pressure of 150 psi.
(4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch
hose nozzles, and one (1) 4-inch steamer nozzle.
(5) The hydrant shall be for a 6-inch main.
2.10 POLYETHYLENE WRAP
A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a
polyethylene material meeting the requirements of ASTM D 1248.
B. The polyethylene material shall have a minimum thickness of eight (8) mils.
C. The wrap shall be secured by two (2) inch duct tape.
2.11 JOINT RESTRAINTS
A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal.
B. Must meet all pressure testing requirements of ASTM F-1674.
C. Materials must meet requirements of ASTM A-536.
D. Install per manufacturer's recommendations.
2.12 CONCRETE
A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete
specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum
compressive strength of 2,800 psi will be acceptable.
PART 3 EXECUTION
3.1 GENERAL
Milwaukee Ave. Water Section 40 05 67.36 - 11 September 1, 2023
MOW City of
Lubbock
a�
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for
leakage, and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of
the Work and any material found to be defective will be rejected by the Engineer, and the
Contractor shall remove such defective material from the site of the Work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished and shall replace, at the
Contractor's expense, all such material that is found to be defective in manufacture or has
become damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the
point of delivery, hauled to and distributed at the site of the Work by the Contractor.
B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a
manner as to avoid shock or damage to the materials. Under no circumstances shall they be
dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the
ground.
C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be
kept as free as possible from dirt, sand, mud, and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as
established on the ground by the Engineer.
B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment
and grade of the proposed water line.
C. Confirm compliance with the Drawings and Specifications.
D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, the degree of deflection at each joint shall not exceed the maximum deflection
noted on the Drawings.
3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade inspected, the
pipes and accessories may be placed in the trench.
B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of
derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent
damage to the material in any way. Under no circumstances shall pipe or accessories be
dropped or dumped into the trench.
3.7 CLEANING AND INSPECTING
Milwaukee Ave. Water Section 40 05 67.36 - 12 September 1, 2023
MOW City Of
Lubbock
A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe,
while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or
unsound pipe and materials shall be rejected.
B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells,
spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the
trench, and it shall be kept clean by approved means during and after laying.
C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by
approved means, and no trench water shall be allowed to enter the pipe.
3.8 LAYING AND JOINTING PVC PIPE
A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying;
and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up
grade.
B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in
the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe
shall be closed by approved means, and not trench water shall be permitted to enter the pipe.
D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for
such work, except by permission of the Engineer.
E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell
and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire
brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made.
F. Defective joints shall be repaired as directed by the Engineer.
G. Mechanical Joint Piping:
(1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint
pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign
matter from the joint, and then painted with lubricant recommended by the pipe
manufacturer.
(2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip
extension of the gland toward the socket or bell end.
(3) The rubber gasket shall be painted with lubricant recommended by the pipe
manufacturer and placed on the spigot end with the thick edge toward the gland.
(4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell.
(5) The gasket shall then be pressed into place within the bell; care shall be taken to locate
the gasket evenly around the entire joint.
(6) The gland shall be moved along the pipe into position for bolting, all of the bolts
inserted, and the nuts screwed up tightly with the fingers.
(7) All nuts shall be tightened with a suitable torque limiting wrench.
(8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an
equal pressure on all parts of the gland.
H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line
and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid.
Milwaukee Ave. Water Section 40 05 67.36 - 13 September 1, 2023
City of
Lubbock
,S
L Immediately after completion of the jointing, sufficient bedding and backfill material shall be
placed around and over the pipe to hold the pipe to line and grade.
J. Pre -molded joints shall be made in accordance with the recommendations of the
manufacturer of the pipe.
K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped
with the solvent recommended by the pipe manufacturer.
L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a
block of wood to prevent damage to the pipe.
3.9 PLUGGING DEAD ENDS
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and
spigot ends shall be capped.
B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the
pipe.
C. All plugs and caps shall have horizontal thrust blocks.
3.10 FITTINGS
A. Fittings shall be set at the locations shown on the plans or at locations as established by the
Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe
installations. Concrete blocking shall be provided for all buried fittings.
3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS
A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and
jointed to the pipe in the manner heretofore specified for pipe installations.
B. All valves shall be hub end as required and all valves buried in the ground shall have a cast
iron or precast concrete valve box set over the valve.
C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked
for operation prior to installation.
D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior
to installation.
E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if
necessary.
F. Valve Boxes:
(1) Valve boxes shall be firmly supported and maintained centered and plumb over the
wrench nut of the valve, with the box cover flush with the surface of the ground or at
such a level as directed by the Engineer.
(2) All valve boxes under pavement shall be adjusted to finished pavement grades.
G. Fire Hydrants:
(1) Fire hydrants shall be located at the points shown on the Drawings.
(2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with
the steamer nozzle at right angles to the street.
(3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant
lead or branch.
Milwaukee Ave. Water Section 40 05 67.36 - 14 September 1, 2023
Lubbock
u5
(4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the
trench with concrete blocking.
(5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and
so that the joints of the flanges are accessible.
(6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the
Drawings.
(7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for
operation prior to installation. Drain holes shall not be blocked or sealed.
(8) Fire hydrants shall be installed and maintained so that the center of the lowest water
outlet shall be eighteen (18) inches from the ground.
(9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access
way.
3.12 THRUST RESTRAINT
A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with
suitably restrained joints per the manufacturer's recommendation.
B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical
joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust
blocking. Thrust blocking will be allowed only under special circumstances as approved by
the Engineer.
3.13 EXCAVATION, TRENCHING AND BACKFILLING.
A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122.
B. Backfill around pipe with specified granular bedding material that is free of large rocks,
topsoil, debris or other unacceptable material.
C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and
mechanically compacted or hand tamped to a point 12 inches above the top of the pipe.
D. Backfill from 12 inches above the pipe to the finished grade will be as follows:
(1) For unpaved areas:
(a) Use excavated material that is free of large rocks, debris or other material determined
unsuitable by the Owner's Representative. Backfill shall be placed in maximum six
(6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum
moisture content.
(b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(c) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder's expense.
(d) Copies of these tests shall be provided to the Owners Representative.
(2) For paved areas:
(a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under
the bottom of the pavement in a minimum thickness of 12".
(b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in
maximum 6 inch lifts and compacted to 95% Standard Proctor Density.
Milwaukee Ave. Water Section 40 05 67.36 - 15 September 1, 2023
City of
Lubbock
(c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(d) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder's expense.
(e) Copies of these tests shall be provided to the Owners Representative.
(3) The City of Lubbock will perform random spot testing at no expense to the contractor.
3.14 LINE TESTING
A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as
specified herein. The Contractor shall bear all costs of providing all equipment, materials,
labor, and other incidentals required to test pipe lines as specified herein.
B. The Contractor shall provide suitable means for filling the lines and developing the required
pressure in the lines.
C. Testing procedure shall be as follows:
(1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours.
(2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test
section is at least 100 percent, but not greater than 120 percent of the pressure class of
the pipe, and the minimum pressure at the highest point in the test section is not less
than 85 percent of the pressure class of the pipe.
D. Allowable Leakage — The maximum allowable leakage for push -on joints is the number of
gallons per hour as determined by the following formula(s):
E. PVC: Ductile Iron:
(1) L = ND(P) 1�2 L = SD(P) iz
(2) 7,400 133,200
(3) where:
(a) L = allowable leakage in gallons per hour
(b) N = number of joints in length of pipe tested
(c) S = length of pipe
(d) D = nominal diameter of the pipe in inches
(e) P = average of the maximum and minimum pressures within the test section
in psi
F. Any leakage which becomes evident prior to final acceptance of the project shall be found
and repaired to the satisfaction of the Engineer even though the particular line has been
previously accepted and tested.
3.15 DISINFECTION OF PIPE LINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection
of all pipe lines, which shall be disinfected before being placed in service.
B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the
requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe
during construction.
Milwaukee Ave. Water Section 40 05 67.36 - 16 September 1, 2023
City of
Lubbock
C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the
Engineer or Owner's Representative may witness the disinfection activities.
D. Quality Assurance:
(1) Bacteriological sampling and test will be performed in accordance with the latest
requirements of Standard Methods for the Examination of Water and Wastewater.
(2) The City of Lubbock laboratory will be used for bacteriological testing.
E. Chemicals:
(1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is
not acceptable.
(2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of
sodium bisulfate, sodium sulfite, and sodium thiosulfate.
(3) The water being used to fill the line shall be controlled to flow into the section to be
sterilized very slowly, and the rate of application of the chlorinating agent shall be
proportioned at least fifty (50) parts per million in the water entering the pipe.
F. Temporary Facilities:
(1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch
diameter steel pipe and fittings with isolation valves and sampling taps.
(2) Water used for the initial flushing as well as the final chlorination shall be introduced
into the pipeline through a corporation stop or other approved connection inserted in the
horizontal axis of the newly laid pipe.
(3) No connection to the existing distribution system is allowed until the pipeline has
passed all bacteriological testing.
G. Final Flushing:
(1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of
initial chlorination.
(2) Flush water in a location and manner approved by the Engineer.
(3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0
mg/L.
H. Sampling and Analysis:
(1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample
from each end of the pipeline in the presence of the Engineer or Owner's representative.
(2) The Owner's representative or the Engineer shall deliver the samples to the City of
Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for
analysis.
(3) Collect samples after the initial disinfection and after the facilities have been filled with
chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected.
I. Acceptance:
(1) Facilities will be considered properly disinfected when two (2) consecutive sets of
acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have
indicated the absence of coliform organisms.
J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps.
The pipeline may then be connected to the City of Lubbock water distribution system.
Milwaukee Ave. Water Section 40 05 67.36 - 17 September 1, 2023
MOW City Of
Lubbock
u5
3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING
A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein.
B. Equipment used shall be such size and capacity as to allow the placement of the casing to
proceed in a safe and expeditious manner. Installation of the casing and the excavation and
removal of the materials within the casing shall proceed simultaneously.
C. The boring shall proceed from a pit provided for the boring equipment and workers.
D. Excavation and location of the pit shall be approved by the Engineer and County as
appropriate.
E. Boring without the concurrent installation of the casing pipe will not be permitted.
F. The use of water or other fluids in connection with the boring operation will be permitted
only to the extent of lubricating cuttings.
G. Jetting will not be permitted.
H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the
entire length of the installation.
L All casing pipe joints shall be welded.
J. Care shall be taken to keep the pipe sleeve on the proper line and grade.
K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe
shall be shoved through the casing.
L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the
pipe and not on the bell, and shall be done in such a manner that the joint is always in
compression during the shoving operation.
3.17 PIPE IDENTIFIERS
A. Marking Tape:
(1) All pipes installed in an open trench will be identified with the appropriate color and
description of three (3) inch wide pipe identification tape.
(2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve
(12) to eighteen (18) inches.
(3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector
from the top of finished grade.
(4) Install detectable tape as deep as it can be detected but no closer to the non-metallic
pipe than twelve (12) inches.
B. Locator Wire:
(1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper
with 30 mil HDPE thermoplastic insulation directly above piping.
3.18 CLEANUP
A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and
any excess dirt shall be removed from the site.
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final
completion and acceptance of the Work.
C. The maintenance shall include blading from time to time as necessary, filling depressions
caused by settlement, and other work required to keep areas in a presentable condition.
END OF SECTION
Milwaukee Ave. Water Section 40 05 67.36 - 18 September 1, 2023
AIL
MOW City Of
Lubbock
SECTION 40 05 67.36
PRESSURE -REGULATING VALVES
PART GENERAL
1.1 RELATED DOCUMENTS
(a) Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General
Requirements apply to Work in this Section.
1.2 SCOPE OF WORK
A. This Section includes backflow prevention by Reduced Pressure Zone (RPZ) devices on water -
distribution piping and related components outside of a building.
B. The Contractor shall provide RPZ devices as specified herein along with all installation, testing,
cleanup and safety work required.
1.3 REFERENCED DOCUMENTS
A. 40 CFR 141
B. 30 TAC 216, 290 & 291
C. AWWA C511-89
D. Most recent version of the City of Lubbock Design Standards
1.4 DEFINITIONS & ABREVIATIONS
A. ASME: American Society of Mechanical Engineers
B. ASSE: American Society of Sanitary Engineering
C. AWWA: American Water Works Association
D. FM: Factory Mutual
E. IAPMO: International Association of Plumbing and Mechanical Officials
F. PVC: Polyvinyl Chloride (plastic pipe)
G. OS&Y: Outside Screw & Yoke (valve)
H. RPZ: Reduced Pressure Zone (device)
L UL: Underwriter Laboratories
1.5 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Detail precast concrete vault assemblies and indicate dimensions, method of
field assembly, and components.
C. Coordination Drawings: For piping and specialties including relation to other services in same
area, drawn to scale. Show piping and specialty sizes and valves, meter and specialty locations,
and elevations.
D. Field quality -control test reports.
E. Operation and Maintenance Data: For water valves and specialties to include in emergency,
operation, and maintenance manuals.
Milwaukee Ave. Water Section 40 05 67.36 - 19 September 1, 2023
MOW City of
Lubbock
AS
1.6 QUALITY ASSURANCE
A. Regulatory Requirements:
(1) Comply with rules, regulations, codes and standards listed in 1.2 "Applicable Codes &
Regulations."
B. Construction Requirements:
(1) Comply with the most recent release of the City of Lubbock Design Standards.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Preparation for Transport: Prepare valves according to the following:
(1) Ensure that valves are dry and internally protected against rust and corrosion.
(2) Protect valves against damage to threaded ends and flange faces.
(3) Set valves in best position for handling. Set valves closed to prevent rattling.
B. During Storage: Use precautions for valves according to the following:
(1) Do not remove end protectors unless necessary for inspection; reinstall for storage.
(2) Protect from weather; store indoors and maintain temperature higher than ambient dew -
point temperature.
(3) Support off the ground or pavement in watertight enclosures when outdoor storage is
necessary.
C. Handling:
(1) Use sling to handle valves if size requires handling by crane or lift.
(2) Rig valves to avoid damage to exposed parts.
(3) Do not use hand wheels or stems as lifting or rigging points.
D. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage,
and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture.
E. Protect stored piping from moisture and dirt. Elevate above grade. Do not exceed structural
capacity of floor when storing inside.
F. Protect flanges, fittings, and specialties from moisture and dirt.
G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending.
1.8 PROJECT CONDITIONS
A. Interruption of Existing Water -Distribution Service: Do not interrupt service to facilities
occupied by Owner or others unless permitted under the following conditions and then only
after arranging to provide temporary water -distribution service according to requirements
indicated:
(1) Notify the Engineer no fewer than 2 (two) days in advance of proposed interruption of
service.
(2) Do not proceed with interruption of water -distribution service without Owner's written
permission.
PART 2 PRODUCTS
2.1 BACKFLOW PREVENTION DEVICES
A. Applicable Standards of Compliance:
Milwaukee Ave. Water Section 40 05 67.36 - 20 September 1, 2023
City of
Lubbock
a5
(1) All acceptable RPZs shall be listed or meet the requirements for approval by the following
agencies:
(a) ASSE 1013
(b) AWWA C511
(c) IAPMO
(d) FM 1221 (must include shut-off valves)
(e) UL 1469 (must include shut-off valves)
(2) All acceptable RPZs shall meet the Lead Plumbing Law's 0% lead content and be ASTM
90500 compliant and ANSI 31d parry certified.
B. Reduced -Pressure -Principle Backflow Preventers:
(1) The function and construction of RPZ device shall be as follows:
(a) Body of RPZ shall be constructed of Ductile Iron.
(b) Two (2) Check Valves shall be mechanically independent, stainless steel spring -
loaded. Check valve clips and rings shall also be stainless steel.
(c) Pressure Relief Valve shall be hydraulically dependent differential pressure relief valve
with the sensing passage set in an integral cast ductile iron body, with a single access
cover.
(d) Include no less than four (4) vertical test cocks and two (2) shut-off valves
(2) Operation: Continuous -pressure applications.
(3) Pressure Loss: 12 psig maximum pressure drop, through middle 1/3 of flow range.
(4) Design Flow Rate: 300 gpm
(5) Body: Ductile iron
(6) End Connections: Flanged
(7) Configuration: narrow profile (Febco "N-Pattern" or similar)
C. Approved Device Manufacturers:
(1) Ames
(2) Febco
(3) Watts
(4) Wilkins
1.2 PROTECTIVE ENCLOSURES
A. Freeze -Protection Enclosures:
(1) Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
(a) EZ Box Model HEz
(b) Hot Box
(c) Safe-T-Cover
(2) Description: Insulated enclosure designed to protect aboveground water piping,
equipment, or specialties from freezing and damage, with heat source to maintain minimum
internal temperature of 40 deg F when external temperatures reach as low as minus 34
deg F.
(a) Standard: ASSE 1060.
(b) Class L For equipment or devices other than pressure or atmospheric vacuum breakers.
Milwaukee Ave. Water Section 40 05 67.36 - 21 September 1, 2023
City of
Lubbock
a5
(c) Class I-V: For pressure or atmospheric vacuum breaker equipment or devices. Include
drain opening in housing.
(1) Housing: Reinforced polyester or aluminum construction.
Size: Of dimensions as indicated on drawings, but not less than those required
for access and service of protected unit.
2. Drain opening for units with drain connection.
3. Access doors with locking devices.
4. Insulation inside housing.
5. Anchoring devices for attaching housing to concrete base.
(ii) Electric heating cable or heater with self-limiting temperature control.
B. Enclosure Bases:
(1) Description: 4-inch minimum thickness precast concrete, of dimensions required to extend
at least 6 inches beyond edges of enclosure housings. Include openings for piping from
below with opening sealed to prevent infiltration below base.
PART 3 EXECUTION
3.1 EARTHWORK
A. Refer to Sections
(1) 32 23 19 — Dewatering.
(2) 3150 00 — Excavation Support and Trench Safety.
(3) 3123 00 — Excavation and Fill.
(4) 3123 23.13 - Backfill.
3.2 VALVE APPLICATIONS
A. General Application: Use mechanical -joint -end valves for larger underground installation.
Use threaded- or flanged -end valves for installation in vaults. Use UL/FMG, non -rising stem
gate valves for installation with indicator posts. Use corporation valves and curb valves with
ends compatible with piping, for smaller installation.
B. Drawings indicate valve types to be used. Where specific valve types are not indicated, the
following requirements apply:
(1) Use the following for valves above ground:
(a) Smaller Gate Valves: Bronze, rising or non -rising stems allowed unless otherwise
indicated on drawings.
(b) Larger Gate Valves: AWWA, ductile iron, OS&Y rising stem, metal seated
(2) Pressure -Reducing Valves: Use for water -service piping aboveground to control water
pressure.
(3) Relief Valves: Use for water -service piping above ground.
(a) Air -Release Valves: To release accumulated air.
(b) Air/Vacuum Valves: To release or admit large volume of air during filling of piping.
(c) Combination Air Valves: To release or admit air.
(4) Detector Check Valves: Use for water -service piping above ground to detect unauthorized
use of water.
Milwaukee Ave. Water Section 40 05 67.36 - 22 September 1, 2023
of
Lubbock
,S
3.3 PIPING SYSTEMS - COMMON REQUIREMENTS
A. See Section 33 14 00 — Water Utility Transmission and Distribution for basic piping
construction.
3.4 PIPING INSTALLATION
A. Water -Main Connection by Tapping: Tap water main according to requirements of water
utility company and of size and in location indicated.
(1) Make larger connections with tapping machine according to the following:
(a) Install tapping sleeve and tapping valve according to MSS SP-60.
(b) Install tapping sleeve on pipe to be tapped. Position flanged outlet for gate valve.
(c) Use tapping machine compatible with valve and tapping sleeve; cut hole in main.
Remove tapping machine and connect water -service piping.
(2) Install gate valve onto tapping sleeve. Comply with MSS SP-60. Install valve with stem
pointing up and with valve box.
(3) Make smaller connections with drilling machine according to the following:
(a) Install service -saddle assemblies and corporation valves in size, quantity, and
arrangement required by utility company standards.
(b) Install service -saddle assemblies on water -service pipe to be tapped. Position outlets
for corporation valves.
(c) Use drilling machine compatible with service -saddle assemblies and corporation
valves. Drill hole in main. Remove drilling machine and connect water -service piping.
(1) Install corporation valves into service -saddle assemblies.
(ii) Install manifold for multiple taps in water main.
(iii) Install curb valve in water -service piping with head pointing up and with service
box.
(4) Install PVC, AWWA pipe according to ASTM F 645 and AWWA M23.
(5) Bury piping with minimum depth of cover over top of pipe at least 48 inches and according
to the following:
(a) Install underground piping with restrained joints at horizontal and vertical changes in
direction.
(b) Use restrained -joint piping, thrust blocks, anchors, tie -rods and clamps, and other
supports.
3.5 JOINT CONSTRUCTION
A. See Section 33 14 00 — "Water Utility Transmission and Distribution" for basic piping joint
construction.
B. Make pipe joints according to the following:
(1) Ductile -Iron Piping, Gasketed Joints for Water -Service Piping: AWWA C600 and
AWWA M41.
(2) Ductile -Iron Piping, Gasketed Joints for Fire -Service -Main Piping: UL 194.
(3) Ductile -Iron Piping, Grooved Joints: Cut -groove pipe. Assemble joints with grooved -end,
ductile -iron -piping couplings, gaskets, lubricant, and bolts according to coupling
manufacturer's written instructions.
Milwaukee Ave. Water Section 40 05 67.36 - 23 September 1, 2023
MOW City Of
Lubbock
u5
(4) PVC Piping Gasketed Joints: Use joining materials according to AWWA C900. Construct
joints with elastomeric seals and lubricant according to ASTM D 2774 or ASTM D 3139
and pipe manufacturer's written instructions.
(5) Install dielectric fittings in piping at connections of dissimilar metal piping and tubing.
3.6 ANCHORAGE INSTALLATION
A. Anchorage, General: Install water -distribution piping with restrained joints. Anchorages and
restrained joint types that may be used include the following:
(1) Concrete thrust blocks.
(2) Locking mechanical joints.
(3) Set -screw mechanical retainer glands.
(4) Bolted flanged joints.
(5) Heat -fused joints.
(6) Pipe clamps and tie rods.
B. Install anchorages for tees, plugs and caps, bends, crosses, valves, and hydrant branches.
Include anchorages for the following piping systems:
(1) Gasketed-Joint, Ductile -Iron, Water -Service Piping: According to AWWA C600.
(2) Gasketed-Joint, PVC Water -Service Piping: According to AWWA M23.
(3) Bonded -Joint Fiberglass, Water -Service Piping: According to AWWA M45.
C. Apply full coat of asphalt or other acceptable corrosion -resistant material to surfaces of
installed ferrous anchorage devices.
3.7 VALVE INSTALLATION
A. AWWA Gate Valves: Comply with AWWA C600 and AWWA M44.
B. AWWA Valves Other Than Gate Valves: Comply with AWWA C600 and AWWA M44.
(1) Pressure -Reducing Valves: Install aboveground between shutoff valves.
(2) Relief Valves: Comply with AWWA C512. Install aboveground with shutoff valve on
inlet.
3.8 DETECTOR -CHECK VALVE INSTALLATION
A. Install aboveground.
B. Install for proper direction of flow. Install bypass with water meter, gate valves on each side
of meter, and check valve downstream from meter.
C. Support detector check valves, meters, shutoff valves, and piping on brick or concrete piers.
3.9 VACUUM BREAKER ASSEMBLY INSTALLATION
A. Install pressure vacuum breaker assemblies of type, size, and capacity indicated. Include valves
and test cocks. Install according to requirements of plumbing and health department and
authorities having jurisdiction.
B. Do not install pressure vacuum breaker assemblies in vault or other space subject to flooding.
3.10 BACKFLOW PREVENTER INSTALLATION
A. Install backflow preventers of type, size, and capacity indicated. Include valves and test cocks.
Install according to requirements of plumbing and health department and authorities having
jurisdiction.
Milwaukee Ave. Water Section 40 05 67.36 - 24 September 1, 2023
MOW City of
Lubbock
a5
B. Do not install backflow preventers that have relief drain in vault or in other spaces subject to
flooding.
C. Do not install bypass piping around backflow preventers.
D. Support larger backflow preventers, valves, and piping with masonry piers or manufacturer
prescribed supports.
3.11 PROTECTIVE ENCLOSURE INSTALLATION
A. Install concrete base level and with top approximately 2 inches above grade.
B. Install protective enclosure over valves and equipment.
C. Anchor protective enclosure to concrete base.
3.12 CONNECTIONS
A. Connect water -distribution piping to existing water main as indicated on drawings.
B. Ground equipment according to City standards.
3.13 FIELD QUALITY CONTROL
A. Piping Tests: Conduct piping tests before joints are covered and after concrete thrust blocks
have hardened sufficiently. Fill pipeline 24 hours before testing and apply test pressure to
stabilize system. Use only potable water.
B. Hydrostatic Tests: Test at not less than one -and -one-half times working pressure for two hours.
C. Prepare reports of testing activities.
3.14 IDENTIFICATION
A. Install continuous underground detectable warning tape during backfilling of trench for
underground water -distribution piping.
B. Locate below finished grade, directly over piping. Underground warning tapes are specified
in Section 3100 00 — Earthwork.
3.15 CLEANING
A. Clean and disinfect water -distribution piping as follows:
(1) Purge new water -distribution piping systems and parts of existing systems that have been
altered, extended, or repaired before use.
(2) Use purging and disinfecting procedure prescribed by City of Lubbock Design Standards.
(3) Flush piping system with clean, potable water until dirty water does not appear at points of
outlet.
(4) Use purging and disinfecting procedure prescribed by City of Lubbock Design Standards
and AWWA C651 as follows:
(a) Fill system or part of system with water/chlorine solution containing at least 50 ppm
of chlorine; isolate and allow to stand for 24 hours.
(b) Drain system or part of system of previous solution and refill with water/chlorine
solution containing at least 200 ppm of chlorine; isolate and allow to stand for 3 hours.
(c) After standing time, flush system with clean, potable water until no chlorine remains
in water coming from system.
(d) Submit water samples in sterile bottles to Engineer or City Representative in
accordance with Section 0145 29 - "Testing Laboratory Services." Repeat procedure
if biological examination shows evidence of contamination.
Milwaukee Ave. Water Section 40 05 67.36 - 25 September 1, 2023
MOW City of
Lubbock
B. Reports:
(1) Prepare reports of purging and disinfecting activities.
(2) If adjacent water lines are newly installed provide disinfection, testing and reports in
conjunction with purification and pre -service work required for new water lines.
END OF SECTION
Milwaukee Ave. Water Section 40 05 67.36 - 26 September 1, 2023
SECTION 40 05 76.23
LINE STOPS
GENERAL
A. Summary
(1) This section of the specifications covers all necessary materials, equipment, tools, labor,
and associated appurtenances for plugging water lines while water line is in service.
B. SUBMITTALS
(1) Submittals shall be in contract general conditions and shall include:
(a) Plan of when work will take place.
(b) Record Data of field measurements of existing pipe outer diameter at the location of
the tapping.
(c) Shop drawings of Linestop plug and fittings that shall be submitted for approval prior
to start of fabrication.
(d) Provide a list of at least five references for installations provided by the company on
prestressed concrete cylinder pipe 20" and larger.
C. Quality control
(1) The hot tapping/linestop plugging company must have a minimum of 10 years of
experience supplying large diameter hot tapping/linestop plugging services to the Water
& Wastewater Industry and have completed several linestop plugging projects on
concrete cylinder pipelines of equal size or larger.
(2) The hot tapping/linestop plugging company must have prior experience supplying large
diameter hot tapping/linestop plugging services to the City of Lubbock.
PRODUCTS
D. Materials
(1) All materials that come in contact with potable water shall be NSF 61 certified.
EXECUTION
E. INSPECTION
(1) The pipe, fittings, and accessories shall be inspected upon delivery and during the
progress of the Work and any material found to be defective will be rejected by the
Engineer, and the Contractor shall remove and replace such defective material at no cost
to owner.
F. RESPONSIBILITY FOR MATERIALS
(1) The Contractor shall be responsible for all material furnished and shall replace, at the
Contractor's expense, all such material that is found to be defective in manufacture or has
become damaged in handling after delivery.
(2) Installation of Linestop Plugging / Tapping Fitting
Milwaukee Ave. Water Section 40 05 76.23 - 27 September 1, 2023
(a) Contractor must excavate locations for installation of Linestop/Tapping Fittings and
measure pipe O.D., prior to ordering fittings.
(3) Pressure Equalization / Drain Connection
(a) A 2" tap fitting shall be installed downstream of each linestop fitting for pressure
equalization and for verifying the linestop plugging machine's seal prior to cutting
into the existing line. This 2" fitting should come complete with a completion plug
and pipe cap for removal of the tapping valve at completion of the linestop plugging
application. This fitting must also be supplied by the hot tapping and linestop
plugging company for equipment compatibility.
END OF SECTION
Milwaukee Ave. Water Section 40 05 76.23 - 28 September 1, 2023
(FIN 12") DREW
=
1
KE11KA
--'/ATION
S70NEHLL
BIUEFlELD ST.
NLLANOVA
NENCONB
KENT ST.
iURW N
AORNN�
URSULINE ST.
PRINCETON QQ
KEMPER R
L
ERSKINE ST.
COLQAIE g
1ST ST
47H ST.
97N ST.
147N ST.
1RTN a.
247N ST.
291N ST.
347N ST.
397N ST.
"'m ST.
DOM ST.
.%.m ST.
8
DIST ST.
UTN ST.
72W ST.
77m ST.
92ND ST.
am ST.
Sm ST.
9m ST.
1047N ST.
1D9TN ST.
1141N ST.
"will ST.
1247N ST.
F.N. 150 (13D7N ST.)
1347N ST.
14M ST.
14w7H ST.
152ND ST.
WOODROW In
�QQQj
8
�QQQj
^
W
9505
e701 79D0 7.
I.
i
L
J
u
11
g 1.
oq yQ
44 rc 3 00 250e �4e0000s 1s00 rg1700 1. 1.
4
J
VICINITY MAP
(FM 1204) DREW
KEUKA
STONENILL
BLUEFlELD ST.
VALANOVA
NEWCOMB
38W KENT ST.
FURNAN
ADRAIN
?100 URSUUNE ST.
PRWXX 10N
KENPER
B00 ERSKINE ST.
COLGATE
1ST ST.
4T1 ST.
97" ST.
147H ST.
197" ST.
247H ST.
0 207H ST.
347N ST.
397N ST.
447N ST.
SOT7 ST,
SS7N ST.
DIST ST.
WIN ST.
72M ST.
77m ST.
I m ST
G8a m !IT.
o3RD sr.
Sw7N ST.
1047N ST.
1097" ST.
114T1 ST.
neTN ST.
124TN ST.
F.Y. IT (1307N ST.)
1347N ST.
1407N ST.
1. ST.
152ND ST.
WOODROW RD
.AS, FOR ALL VALVES TO BE CLOSED AND ABANDONED, THE CONTRACTOR SHALL REMOVE
FILL THEM WITH CEMENT STABILIZED MATERIAL TO WITHIN 2 INCHES OF SURFACE. TOP
kLL BE HMAC IF SURROUNDING PAVEMENT IS ASPHALT OR CONCRETE IF SURROUNDING 1��-
CONCRETE. IF
rI
!I I
:C WATER SERVICE CONNECTIONS AND WATER METERS SHALL BE A MINIMUM OF 1" IN SIZE ERSKINE ST _=Ju_
=RWISE NOTED, LINE SIZE SHALL MATCH THE WATER METER SIZE.
:CE SHALL BE A MINIMUM OF 4" IN SIZE. SIZE ON SIZE SEWER SERVICE CONNECTIONS
E ALLOWED.
GENERAL NOTES:
'HALT SURFACING REMOVED DURING CONSTRUCTION SHALL BE SALVAGED AND DELIVERED
TH AVENUE P. THE CONTRACTOR SHALL COORDINATE WITH THE STREET MAINTENANCE SUPERVISOR
06-775-2358.
II II II II II
_
II
Ir-ter-� r-ter-� r--
L_JL_J JJ L_L_L__
rrrl-n-1 rrF-1 I1_1 rrr
LLLI_IJJ L 1ST ST J LLL
-IJ-,
rrrl 111
LI_LI_I_IJJJJJJJJJJ
Irl rl I-1111111111�
ILI_LI_I_IJ_ 2ND ST JJJ
1 ACRE - MS4 ONLY
Irrn-n1 f , Trr
LLLI_IJJ L1LLL1_I_IJJ
Irrn-1-11 FTT-rrl l-n1
LLLI_IJJ L . . . . . ..LLL
LAND DISTURBANCE IS LESS THAN ONE ACRE AT A GIVEN TIME, TPDES CGP AND SWP3
irrrrrrr 3RDJ+ST T-F� f
FS DO NOT APPLY. HOWEVER, BMPS ARE RECOMMENDED ONSITE, ESPECIALLY SURROUNDING
F Tr�TTITTTI-1rJ
T
'L iL1iL1iLLJLJ
;4 FEATURES. PER CITY OF LUBBOCK ORDINANCE 22.11, THE CITY OF LUBBOCK RETAINS THE
_
-------- - z z n n z n
0 REQUIRE A SWP3 AND INSTALLATION OF BMP'S IF SITE(S) IS DISCHARGING EXCESS~
INTO MSA.
ors r�r� r�r� r�r� t
lIo
rJ �-rnnnT� t
�7r-rnnTiT
R EM=)�iuui��
'RES - SMALL CONSTRUCTION SITE
SUBMIT SWP3 TO CITY OF LUBBOCK NO LATER THAN 7 DAYS PRIOR TO
=NT OF LAND DISTURBANCE; MUST BE SUBMITTED THROUGH CSS PORTAL FOUND AT
ZMWATER.ORG/
BE PREPARED TO TCEQ AND CGP STANDARDS
►MPLETED CITY OF LUBBOCK COVER PAGE
3BOCK PROJECT - REVIEW FEE WILL BE WAIVED
POST SMALL CONSTRUCTION SITE NOTICE FOR VIEWING AT CONSTRUCTION SITE
FUTURE CURB FACE
' v' "F\` I.VRU' FUTURE 1-8'x 4' CONCRETE
MILWAUKEE AVE
BOX CULVERT
---------------------------------
i
EXISTING GRADE
r
r
7.5` TOP OF PIPE
12" GATE VALVE
RT
1-8'x 4' FUTURE
r W-1 PROPOSED 12"
PVC C-900 WATER LINE
FLOW FILL CAP
-
13+65
13+91
-
10+12
450 BEND
450 BEND
12"x 6"
TEE F/H
-
13+70
13+87
-
450 BEND S
450 BEND
-n-_
u-
':_�9_ LL (D
LL
LL _ 0
LL
LL
LL (D........
LL
LL (D._
LL -k9--.. LL _.(D
O!
O
_C:)- O M
-E�- O CO
O
O
O 11:7-
O-V�-
O
O
O
O
O O
O Ln
O
O
O Q
O 0)
O O Ln
O O it
lD
_41—_ lD 40
iD
iD �_
iD
iD
iD i--UD -
iD
CO..
iD l9_
rl '00Y..... rl
iD =19 _ l0
N
M
rNL- N
re) re) re)
re)
M M
rsi
M
M
M M
M
M M
M M M
5+00 6+00
7+00
8+00
9+00
10+00
11+00
12+00
13+00
14+00 15+00
., qj - I 145
= I
I I I I
I
----------=-------- L - ---� r---------------------�. F-----
r
EXISTING GRADE
rXiSTi(1G SPEC UG CROSSING EXISTING SPEC UG CROSSING
12" GATE VALVE
- 12" GATE VALVE
W-1 PROPOSED 12" PVC C-900 WATER LINE - EXISTING 12" PVC
33+38 37+80 'TEE W-3 12"x 8" TEE W-4 - 39+52 `
- 12"x 6" TEE F/H
u- C7 LL C7 LL C7 LL C7 LL C7 u- C7 u- -Lr LL C7 LL C7 u- -0 LL 0
O CO O N O D O r*l O m O m O ZL O O O T O -O O N
O N O M O O O� O O� O O O -a O i O R O-c� O O>
1-i N -1 f V ,1 J - i N - i f V ,--i M ,--i -rl ,--i ,--i t, ,--i -m 1-1 Ln
ID r*l ID r*l I tD r*l O r*l O r*l O -rl O rl O '. O O N
N N N N N J N N N N N rV N r N N N V N N N N
M M M M M ' I M M M M M "r) M M M M M n M M M M
33+00 34+00 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00
lE SUMMARY: W-5 8" PVC WATERLINE SUMMARY:
FINISHED GRADE
,
ti
WATER
#4 BAR
ro1 1/2" SACK
FLOWABLE FILL
WATER LINE
3OX IS IN ASPHALT OR PAVEMENT POUR
/2' CONCRETE CAP AROUND LID. REINFORCE
FOR TO FIELD VERIFY DEPTH OF VALVE
DETAIL
URB OR
AVEMENT
IvIlIV.
8110
1 1/:
LOW S
(FL
PE
CC
CONCRETE _ °ffl
THRUST
BLOCK II Hill
° D o
TEE
5. ANCHORAGE FOR TEE 6.
N.T.S.
2" D.I. PIPE "GOOSENECK"
WITH WIRE BUG SCREEN
LIP
ABOVEGROUND
VARIES III
12" BLIND-
- n w l�r
z