HomeMy WebLinkAboutResolution - 2008-R0431 - Contract - Wright Construction Co. Inc.- Water System Improvements - 11/06/2008Resolution No. 2008-80431
November 6, 2008
Item No. 5.10
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the City Council of the City of Lubbock hereby authorizes and directs the
Mayor of the City of Lubbock to execute a unit price construction Contract by and
between the City of Lubbock and Wright Construction Co., Inc., of Grapevine, Texas, for
Eastport Industrial Area Water System Improvements per RFP 08 -730 -SM, which unit
price construction Contract and any associated documents, are attached hereto and made
a part of this Resolution for all intents and purposes.
Passed by the City Council this 6th day of
ATTEST:
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
November 12008.
TOM MARTIN, MAYOR
Thomas Adams
Deputy City ManagerAVater Utilities Director
APPROVED AS TO FORM:
andiver, Attorney" of Cji n
DDres/ W rightConst08U PCon Res
October 28, 2008
CITY OF LUBBOCK
SPECIFICATIONS FOR
EASTPORT INDUSTRIAL AREA
WATER SYSTEM IMPROVEMENTS
RFP # 08-730-BM
Contract # 8657
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
http://pr.thereproductioncompany.com/
Phone: (806) 763-7770
"A City of Planned Progress "
CITY OF LUBBOCK
Lubbock, Texas
RFP# 08-730-13M, Addendum # I
f
m
Lubbock
CityLubbock
of
WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13T11 STREET
LUBBOCK, TEXAS 79401
PH:(806)775-2163 FAX:(806)775-2164
http://purchasing.ci.lubbock.tx.us
I
ADDENDUM # 1
RFP # 08-730-BM
Eastport Industrial Area Water System
Improvements
DATE ISSUED: September 15, 2008
CLOSE DATE: September 18, 2008 @ 1:00 P.M.
The following items take precedence over specifications for the above named Request for
Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the
original requirements, not affected by this addendum, shall remain in effect.
1. Offeror's attention is directed to the Engineer's Addendum #1, attached.
All requests for additional information or clarification must be submitted in writing and directed
to:
Bruce MaeNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock,
Texas 79457
Questions may be faxed to (806)775-2164 or Email to bmacnair a,mylubbock.us .
THANK YOU,
CITY OF LUBBOCK
Ewa U"ONa
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's
resnonsibility to advise the Citv of Lubbock Public Works Contracting Officer if anv language, reauirements, etc., or anv
combinations thereof. inadvertently restricts or limits the reauirements stated in this RFP to a single source. Such notification
must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business
days prior to the proposal close date. A review of such notifications will be made.
RFP# 08-730-BM-AdI
L
L
Kt'rl; U;5- M-UM, Aaaenaum if L
1
City ofLubbock
Lubbock
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13Tn STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2163 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM # 2
RFP # 08-730-BM
Eastport Industrial Area Water System
Improvements
September 16, 2008
September 18, 2008 @ 1:00 P.M.
The following items take precedence over specifications for the above named Request for Proposals
(RFP). Where any item called for in the RFP documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Additional information and clarification is provided from the Engineer as follows:
• Page 01400-2 Paragraph 1.4 D., CHANGED TO READ: `Testing Agency Responsibilities:
Submit certified written report of each test and similar Quality Assurance service to the
Contractor.'
• Page 02665-9 Paragraph 3.12 A., B.: Concerning the use of mechanical restraints versus
concrete thrust blocking. Both methods are APPROVED AS SPECIFIED.
2. Offeror's attention is invited to the following QUESTION and RESPONSE.
uestion: Is there an electronic file or CAD drawing available that could be utilized in the
staking of these lines?
Answer: Yes, a CAD file in AutoCAD or Mierostation will be provided to the successful
Contractor during the preconstruction meeting.
All requests for additional information or clarification must be submitted in writing and directed to:
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock,
Texas 79457
Questions may be faxed to (806)775-2164 or Email to bmacnair(&mvlubbock.us .
1010?l 4WC4111A
CITY OF LUBBOCK
ow" %Wl&&
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's
responsibility to advise the City of Lubbock Public Works Contracting Officer if any language, requirements, etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must
be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior
to the proposal close date. A review of such notifications will be made.
RFP# 08-730-BM-Ad2
RFP# 08-730-BM, Addendum # 3
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13i" STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2163 FAX: (806)775-2164
http:/ipurchasing.ei.lubbock.tx.us
DATE ISSUED:
OLD CLOSE DATE:
NEW CLOSE DATE
ADDENDUM # 3
RFP # 08-730-BM
Eastport Industrial Area Water System
Improvements
September 18, 2008
September 18, 2008 @ 1:00 P.M.
September 24, 2008 @ 1:00 P.M.
The following items take precedence over specifications for the above named Request for Proposals
(RFP). Where any item called for in the RFP documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Due date and time are CHANGED from September 18, 2008 at 1:00 P.M. to September 24,
2008 at 1:00 P.M.
All requests for additional information or clarification must be submitted in writing and directed to:
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock,
Texas 79457
Questions may be faxed to (806)775-2164 or Email to bmaenair(&mylubboek.us .
THANK YOU,
CITY OF LUBBOCK
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It
shall be the offeror's responsibility to advise the City of Lubbock Public Works Contracting Officer
if any language, requirements etc or any combinations thereof, inadvertently restricts or limits the
requirements stated in this RFP to a single source. Such notification must be submitted in writing
and must be received by the Public Works Contracting Officer no later than five (5) business days
prior to the proposal close date. A review of such notifications will be made.
RFP# 08-730-BM-Ad3
RFP# 08-730-13M, Addendum # 4
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
ROOM 204, MUNICIPAL BUILDING
1625 13fH STREET
LUBBOCK, TEXAS 79401
PH:(806)775-2163 FAX:(806)775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM # 4
RFP # 08-730-BM
Eastport Industrial Area Water System
Improvements
September 19, 2008
September 24, 2008 @ 1:00 P.M.
The following items take precedence over specifications for the above named Request for Proposals
(RFP). Where any item called for in the RFP documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Offerors attention is invited to the Engineer's ADDENDUM #4, attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock,
Texas 79457
Questions may be faxed to (806)775-2164 or Email to bmacnair(&mvlubbock.us .
THANK YOU,
CITY OF LUBBOCK
6WIM 7&"7&4r
Bruce MacNair
Public Works Contracting Officer
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It
shall be the offeror's responsibility to advise the City of Lubbock Public Works Contracting Officer
if any language requirements etc or any combinations thereof, inadvertently restricts or limits the
3
requirements stated in this RFP to a single source. Such notification must be submitted in writing
i_ and must be received by the Public Works Contracting Officer no later than five (5) business days
prior to the proposal close date. A review of such notifications will be made.
I
RFP# 08-730-BM-Ad4
I :
CITY OF LUBBOCK
SPECIFICATIONS FOR
EASTPORT INDUSTRIAL AREA
WATER SYSTEM IMPROVEMENTS
RFP # 08-730-BM
Contract # 8657
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
http://pr.thereproductioncompany.com/
Phone: (806) 763-7770
"A City of Planned Progress "
CITY OF LUBBOCK
Lubbock, Texas
Paae Intentionallv Left Blank
CITY OF LUBBOCK
REQUEST FOR PROPOSALS
Q$0
TITLE:
EASTPORT INDUSTRIAL AREA WATER SYSTEM IMPROVEMENTS
ADDRESS: LUBBOCK, TEXAS
RFP NUMBER: 08-730-BM
CONTRACT NUMBER: 8657
PROJECT NUMBER: 91082
CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE
PaEe Intentionally Left Blank
City of Lubbock, TX
Public Works Contracting Office
Contractor Checklist for
RFP # 08-730-BM
Before submitting your proposal, please ensure you have completed and included the following:
1.
Carefully read and understand the plans and specifications and properly complete the
PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or
¢,e
black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand.
Amounts shall be written in both words and numerals and in the event of a discrepancy the
amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify
addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL
SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA
in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in
your submittal.
' 2.
Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety.
Failure to provide a proposal surety WILL result in automatic rejection of your proposal.
3.
Clearly mark the proposal number, title, due date and time and your company name and address
on the outside of the envelope or container.
4.
Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office
prior to the deadline. Late proposals will not be accepted.
5.
Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS".
6.
Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
7.
Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with the questionnaire.
8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
�DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER_ CLOSING:
s
5. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING
DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE
INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL.
(Type or Print Company Name)
5.
}
6.
7.
8.
9.
10.
11.
12.
13.
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS LOCAL GOVERNMENT CODE § 271.116
PROPOSAL SUBMITTAL — (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS-BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Pau Intentionally Left Blank
NOTICE TO OFFERORS
H,
f
Paae Intentionally Left Blank
NOTICE TO OFFERORS
RFP # 08-730-BM
Sealed proposals addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock,
Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th
Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on September 18, 2008, or as changed by the
I-J issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the
construction of the following described project:
"EASTPORT INDUSTRIAL AREA WATER SYSTEM IMPROVEMENTS"
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the
proposer to ensure that his proposal is actually in the office of the Public Works Contracting Officer for the City
of Lubbock, before the expiration of the date above first written.
Proposals are due at 1:00 P.M., September 18, 2008, and the City of Lubbock City Council will
consider the proposals on October 23, 2008, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive
any formalities. The successful proposer 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 proposer will be required to furnish a payment bond in
accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event
that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current
- Best Rating of "A" or better.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds (if required) within ten (10) business days after notice of award of the contract to him.
FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL
SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN
DISQUALIFICATION OF THE PROPOSAL SUBMITTAL.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such
factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There
will be a non -mandatory pre -proposal conference on September 10, 2008 at 9:00 A.M., in Room 101, Council
Chambers,1625 131h Street, Lubbock, Texas.
Offerors may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at http://pr.theWroductioncomt)any.com/ . ONE SET OF PLANS AND
SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents
are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and
specifications may be obtained at the proposer's expense.
h!
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Public Works Contracting Officer of the
City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is -'
further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements
contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of
wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to
this advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
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 Public Works Contracting Office at (806) 775-2163 or write to Post Office
Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
ozuce %el&tn
BRUCE MACNAIR,
PUBLIC WORKS CONTRACTING OFFICER
GENERAL INSTRUCTIONS TO OFFERORS
1
Paze Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
1 PROPOSAL DELIVERY TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish EASTPORT
INDUSTRIAL AREA WATER SYSTEM IMPROVEMENTS per the attached specifications and
contract documents. Sealed proposals will be received no later than 1:00 P.M., September 18, 2008 at
the office listed below. Any proposal received after the date and hour specified will be rejected and
returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed
envelope or container plainly labeled in the lower left-hand corner: "RFP # 08-730-BM, EASTPORT
INDUSTRIAL AREA WATER SYSTEM IMPROVEMENTS" and the proposal opening date and
time. Offerors must also include their company name and address on the outside of the envelope or
container. Proposals must be addressed to:
Bruce MacNair, Public Works Contracting Officer
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.1 Offerors are responsible for making certain proposals are delivered to the Public Works
Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or
delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort
of delivery service that provides a receipt.
1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by
private courier service. No proposals will be accepted by oral communication, telephone,
electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT
ACCEPT FAX PROPOSALS.
4 . 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals
through an addendum.
2 PRE -PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -
Council Chambers, 1625 13" Street, Lubbock, Texas. All persons attending the meeting will
L
be asked to identify themselves and the prospective proposer they represent.
2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting.
t x 3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at http://www.RFPdepot.com. We strongly suggest that you check
for any addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most up blic
libraries.
3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Public Works Contracting Office. At the request
of the proposer, or in the event the Public Works Contracting Office deems the interpretation to
hl 1
rd
61
be substantive, the interpretation will be made by written addendum issued by the Public Works
Contracting Office. Such addenda issued by the Public Works Contracting Office will be
available over the Internet at http://www.RFPdoot.com and will become part of the proposal
package having the same binding effect as provisions of the original RFP. NO VERBAL
EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request
for interpretation considered, the request must be submitted in writing and must be received by
the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before
the proposal closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any amendment or interpretation that is not in writing.
Only information supplied by the City of Lubbock Public Works Contracting Office in writing or
in this RFP should be used in preparing proposal responses. All contacts that a proposer may
have had before or after receipt of this RFP with any individuals, employees, or representatives
of the City and any information that may have been read in any news media or seen or heard in
any communication facility regarding this proposal should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of
these specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations
and examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for. Proposals. Failure to make such investigations and
examinations shall not relieve the proposer from obligation to comply, in every detail, with all
provisions and requirements of the Request for Proposals. _
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Public Works Contracting Officer and a clarification
obtained before the proposals are received, and if no such notice is received by the Public
Works Contracting Officer prior to the opening of proposals, then it shall be deemed that
the proposer 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
proposer does not notify the Public Works Contracting Officer 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.
PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and sub- mission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any "'
services or equipment. -
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. z_
10
TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and
decline to release such information initially, but please note that the final determination of
whether a particular portion of your proposal 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 proposal that you have marked as being confidential information,
you will be notified of such request and you will be required to justify your legal position in
writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of
competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code,
then such information will be made available to the requester.
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Open Records Act.
LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
proposer is or may be required to pay.
UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge or forfeiture of deposit. The contract documents may be ;-
examined without charge as noted in the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive i }
proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer
if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits
the requirements stated in this RFP to a single source. Such notification must be submitted in
writing and must be received by the City of Public Works Contracting Office no later than five
(5) calendar days before the proposal closing date. A review of such notifications will be made.
1_a
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE
PROPOSAL CLOSING DATE AND ADDRESSED TO:
Bruce MacNair, Public Works Contracting Officer
City of Lubbock
Public Works Contracting Office
1625 13`h Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: bmacnair(&myiubbock.us
RFPDepot: www.rfpdei)ot.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within
TWO HUNDRED (200) CONSECUTIVE CALENDAR DAYS with an additional FIFTY -
(50) CALENDAR DAYS for FINAL COMPLETION from the date specified in the Notice to
Proceed issued by the City of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
provided, however, the City reserves the right to require the Contractor to submit a progress
schedule of the work contemplated by the contract documents. In the event the City requires a
progress schedule to be submitted, and it is determined by the City that the progress of the work
is not in accordance with the progress schedule so submitted, the City may direct the Contractor
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents. i F
.__
4
15 AFFIDAVITS OF BILLS PAID
I -A The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no
claims pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed
against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within ONE year from date of final
acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free performance and fault -free result in the processing date and
date -related data (including, but not limited to calculating, comparing and sequencing) of all
hardware, software and firmware products delivered and services provided under this Contract,
individually or in combination, as the case may be from the effective date of this Contract. Also,
the Contractor warrants calculations will be recognized and accommodated and will not, in any
way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option,
may require the Contractor, at any time, to demonstrate the procedures it intends to follow in
order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its
sub -contractor or any third party involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to ten sets of plans and specifications and
related contract documents for use during construction. Plans and specifications for use during
5
19
20
21
23
construction will only be furnished directly to the Contractor. The Contractor shall then distribute r-j
copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of a proposer the following information:
3
j
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule. ril
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.
PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. '
All such underground lines or structures cut or damaged by Contractor during the prosecution of the
work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the 11 j
City of Lubbock, Texas, at Contractor's expense.
BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of
explosives, the Contractor shall assume full responsibility for all damage, which may occur as a
direct or indirect result of the blasting. In addition, in all cases where explosives are authorized
to be used, the Contractor shall use utmost care so as not to endanger life or property and the
Contractor shall further use only such methods as are currently utilized by persons, firms, or
corporations engaged in similar type of construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In -all cases where explosives are to be used during the construction of the project contemplated
by this contract, it shall be the duty of the Contractor to notify each utility company having
structures (above or below the ground) in proximity to the site of the work of Contractor's
intention to use explosives, and such notice shall be given sufficiently in advance to enable the
companies to take such steps as they may deem necessary to protect their property from injury.
Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting
from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer 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 A
PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION
IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE
CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR
PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE
FOR EACH SUBCONTRACTOR.
26
E �
s
LABOR AND WORKING HOURS
26.1 Attention of each proposer 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 proposer' 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 proposer's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
engaged at the site of the work shall not later than the seventh day following the payment of wages, file
with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall
contain the name of each employee, his classification, the number of hours worked on each day, rate of
pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no
rebates or deductions (except as shown) have been made, or will in the future be made from the wages
paid as shown thereon. The Contractor must classify employees according to one of the classifications
set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the
contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf
this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar
day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included
in these contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
t Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the
form shall be correctly filled in and the proposer shall state the price both in words and numerals,
for which he intends to do the work contemplated or furnish the materials required. Such prices
shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the
price written in words and the price written in figures, the price written in words shall govern.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
28.3.1 Proposer's name
28.3.2 Proposal for (description of the project [proposal number and title)).
29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer'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.
9
I
31
32
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
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. r3,
QUALIFICATIONS OF OFFERORS
The proposer 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 proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all
information for this purpose that may be requested. The proposer's proposal may be deemed not to meet
specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the
proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the
obligations of the contract and to complete the work described therein. Evaluation of the proposer's
qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer 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 proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past three
(3) years for review. This list shall include the names of supervisors and type of equipment used to
perform work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
BASIS OF PROPOSALS AND SELECTION CRITERIA
The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by
the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The
selection criteria used to evaluate each proposal will include the following:
32.1 60% Price.
32.2 20% Contractor qualifications. Complete and submit the "Contractors Statement of
Qualifications". City shall have an opportunity to interview the job superintendent at a time to be
namedafter receipt of proposals.
32.3 10% Safety Record Questionnaire.__]
32.4 10% Construction time.
10
I
L
I
The estimated budget for the construction phase of this project is $1,100,000.
Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included in
this RFP.
33.2 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 REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published selection
criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected
offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or
time modification and any price change associated with the modification. If the City is unable to negotiate
a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that
offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or
all proposals are rejected.
33.4 In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu
of the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind. "
34. ANTI -LOBBYING PROVISION
34.1 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.
34.2 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.
35 PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
11
worker is employed by the contractor or any subcontractor in the execution of the contract for the -3
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not 1.
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
htti)://www.avo.gov/davisbacon/allstates.html
35.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
FJI
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
r]
8
12
TEXAS LOCAL GOVERNMENT CODE & 271.116
SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES
THROUGH COMPETITIVE SEALED PROPOSALS
Pale Intentionally Left Blank
§ 271.116
i SELECTING CONTRACTOR FOR CONSTRUCTION
�x
.P SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
(a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or
repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a
governmental entity shall follow the procedures prescribed by this section.
(a-1) In this section "facility" means an improvement to real property.
hil (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents
for the project. The selected or designated engineer or architect has full responsibility for complying with
Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time
ril employee of the governmental entity, the governmental entity shall select the engineer or architect on the
basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
(c) The governmental entity shall provide or contract for, independently of the contractor, the inspection
services, the testing of construction materials engineering, and the verification testing services necessary for
acceptance of the facility or project by the governmental entity. The governmental entity shall select those
services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify
them in the request for proposals.
(d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction
documents, selection criteria, estimated budget, project scope, schedule, and other information that
contractors may require to respond to the request. The governmental entity shall state in the request for
proposals the selection criteria that will be used in selecting the successful offeror.
(e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any
are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of
opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation
to the published selection criteria.
(f) The governmental entity shall select the offeror that offers the best value for the governmental entity based
on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt
to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may
discuss with the selected offeror options for a scope or time modification and any price change associated
with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror,
the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the
next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected.
i_, (g) In determining best value for the governmental entity, the governmental entity is not restricted to
considering price alone, but may consider any other factor stated in the selection criteria.
Paue Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
1
PaEe Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
, z4-
DATE: 9 — ' d 8
PROJECT NUMBER: # 08-730-BM — EASTPORT INDUSTRIAL AREA WATER SYSTEM
IMPROVEMENTS
Proposal of \'rJ &1 t,. w-s (hereinafter called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the, construction of a EASTPORT INDUSTRIAL
AREA WATER SYSTEM IMPROVEMENTS having carefully examined the plans, specifications, instructions to
offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar
with all of the conditions surrounding the construction of the intended project including the availability of materials and
labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover
all expenses incurred in performing the work required under the contract documents.
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
1. 1 LS Mobilization / Demobilization, insurance, bonds, and move in / out related costs, complete.
TOTAL ITEM #1: N?' �Tct.,'(�Noo�Ae+o [rtr�S� iiVr►ALxuP O�° $ l `1.,3db /LS( 1 9.300�- )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
2. 4 EA Furnish and Install 14"x8" Tapping Sleeve and Valve, tie new line to existing 14" AC,
including appurtenances, complete in place.
4o
>Abase TH-Ici U Tao $
TOTAL ITEM #2: fo* R. -THo-33o� /EA(f (., i Zo 0 1
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy. the amount shown in words shall govern.)
-x
3. 2 EA Furnish and Install 6"x6" Tapping Sleeve and Valve, tie new line to existing 6", PVC, C-900,
including appurtenances, complete in place.
TOTAL ITEM #3:Tr�i,� TNau Sa�,,�Tk���f�uta�Ptisa��rry $ 3 bb lEA( (�� ? (o b_ )
( Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amo nt shown in words shall govern.)
4. 11,136 LF Furnish and Install 8" C-900, Class 150 water pipe, complete in place.
w, om
TOTAL ITEM #4: -T w e, "-T�e Gsy Wr v a $ Z & ' /LF011, $ O 8.
)
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ,oven.)
Offeror's Initials
r
r
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
190 LF Furnish and Install 6" C-900, Class 150 water pipe, complete in place
TOTAL ITEM #5: Tvs gryr, , Fo o s— %y $ Z 4 0� /LF( + S io C> )
(Unit Price Amounts shall be in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
6. 200 LF Furnish and Install 4" C-900 water pipe, complete in place.,
TOTAL ITEM #6: —Ray.,--ry Two °% o $ L Z /LF( * . 4o do^ )
(Unit Price Amounts shall be shovfn in both words and numerals. In case of discrepancy, the amount shown in words shal(govern.)
7. 11,136 LF Furnish and install heavy polyethylene warning tape with tracer wire, complete in place.
TOTAL ITEM #7:10 /LF( 5-C )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
8. 16 EA Furnish and Install 8" Gate Valve & box, including appurtenances, complete in place.
00
TOTAL ITEM #8: Ors 0 TN o > Ppa a U rg g H o, 4 y e a; n "7 o $ t ► 00fy - (i /EA7 GOO—)
( Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
9. 21. EA Furnish and Install 6" Gate Valve and box, including appurtenances, complete in place.
r � O b p°
TOTAL ITEM #9: G..1. u +t-r {A4 N O Lg,,p Trim "Y o $ 810 i EA( ) Z, a [ 0 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
10. 1 EA Furnish and Install 10" Insta Valve and box, including appurtenances, complete in place.
'swat-Rr°/"0 00 o=
TOTAL ITEM #10:_ tr-tCatvTHooaa►ap jj:zvA0 �,AjaoR.2.n $/s.�tza /EA( t'S5 Zo )
(Unit Price Amounts shall he shown in both words and numerals. In case of discrepancy, the am uo nt shown in words shall govern.)
11. 6 EA Furnish and Install 6" Insta Valve and box, including appurtenances, complete in place.
TOTAL ITEM #11:aJa Tihoo.s,%riy 6�:,.V.rr H41er-aPNsr+-s„ Oyoo $ S $mot 0 /EA( 3 S; 3+0 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amo nt shown in words shall govern.)
12. 1 EA Furnish and Install 4" Gate Valve and box, including appurtenances, complete in place.
o0
TOTAL ITEM #12:_ , �, v zw H .3 ►3o R.3o Fo&,-t f %o $ '7 4 org, /EA( 7 4 0 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
13. 21 EA Furnish and Install standard fire hydrant including appurtenances, complete in place.
CISJ^
TOTAL ITEM #13; ! w3'T�t1uSa::m Nz !�-NOtL3'� ,�2R-iy i 9� $ S,`%fEtAt ii 1, j 3 �' )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
r`
Offeror's Initials
:
f
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
+ Furnish and Install Class D Ductile Iron Fittings including a rtenanees, complete in pla
14. 8,_80 LB Furn uPp g g ,
2-
TOTAL ITEM #14: :Chn: Q a t.4 P�.s r�r3e� v. C N� �_ _ $ '-�" /LB( �� )
(Unit Price Amounts shall be shown in both words and numerals. In case odiscrepancy, the amount shown in words shal(govern.)
15. 9 EA Furnish and Install 1" Service Tap including appurtenances, complete in place.
TOTAL ITEM # 15: E-3 to +-►T t o to 12 0 t =T �7 O $ 8 S o /EA( '7 G S' o )
i (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
16. 5 EA Furnish and Install 2" Service Tap including appurtenances, complete in place.
TOTAL ITEM #16:Qr+C"f�Cl����oT�a 1-t�NvR�oT�K ° vo $1 ZI0� /EA( G•os b` )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy. the amount shown in words shalf govern.)
l •
17. 380 LF Furnish and Install 1" Service Line, Type K Copper, including appurtenances, complete in place.
TOTAL ITEM # 17: 0 h4 6 v76 $ Z. 1 ' /LF( 7.9 $ O )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
18. 240 LF Furnish and Install 2 Service Line, TYPE K Copper, including appurtenances, complete in
place.
1 40
TOTAL ITEM #18: ��•+ NT.. N to V a7 o $ L 9 /LF( (v. 91,O ^ )
(Unit Price Amounts shall be shown iA both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
g ' 19. 320 LF Furnish and Install 2" Service Line, Schedule 40 or PEX, including appurtenances, complete in
place.
07 $ 1 /LF S ► z 0
TOTAL ITEM #19: •s�><T G• � `ts o ° ( )
�r(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) t . ,
r.
20. 9 EA Connect to 1" or 3/4" Meter or Service Line, including appurtenances, complete in place.
IMI
TOTAL ITEM #20: Fo , R. H o .4 o a. a p 10. $ 4 O O /EA( 3. Co 0 0 )
Ll (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
21. 6 EA Connect to 2" or larger Meter or Service Line, including appurtenances, complete in place.
OG�
TOTAL ITEM 921: f v •s 2 a iD a c $�`� /EA
2 S O )
1 (Unit Price Amounts shall be shown in both words and numerals. 1 •case of discrepancy, the amount shown in words shall govern.)
22 670 LF Furnish and Install 8" slick bored pipe (Cerdalock of equal) with grout, as specified,
complete in place.
vv y�
• TOTAL ITEM #22: 3 C9 T (w ° $ Z /LF(S
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy,. the amount shown in words shal(govern.)
{i
/4-
Offeror's Initials
3
..A
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
23. 5 EA Cross under airport chain link security fence, complete in place.
TOTAL ITEM #23: O H. v..v a.. ,a fsfs,: %o $ SSO/EA( r7. 7 Sow' )
( Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalf govern.)
24. 1,450 SF Furnish labor, material and equipment required for asphaltic pavement repair along the route
- of proposed water line, complete in place.
TOTAL ITEM #24: �:y /SF( ?, Z SS oCAD
)
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
25. 9 EA Remove and Dispose of Service Meter Box, complete in place.
ev e� J
TOTAL ITEM #25: TW . H sra v f-;r0 Ttr•, "90'> $ Z 1 0— /EA( 1, $ `t � )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
26. 56 EA Remove and salvage existing fire hydrant assembly, including removing associated valves,
cut and plug lead lines, backfill as specified, complete in place.
TOTAL ITEM#26: OH g, 7t+OJ1aNA T..i�W7.i u�� $ J 07-0 /EA S7 t dam" )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ovem.)
27. 28 EA Close and Disable 6" Gate Valve, as specified, complete in place.
TOTAL ITEM #27: TH +r=ig--r H,3N o P-J o ' ,-x a NTy o, o $ 3 Z 0 4� ( /EA 1 0 �
)
( Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
28. 1 LS Furnish and execute complete Traffic Control Plan approved by the City of Lubbock Traffic
Engineer, complete in place.
.. uo
TOTAL ITEM #28:1j +iLa3' TNc,-j >aN,o E � �,- ""top-'10 f' $ 3J-Ob /LS(3
,�--
(Unit Price Amounts shall be shown in both words and numerals. to case of discrepancy, the amount shown in words shaall govern.)
29. 1 LS Furnish and execute complete SWPPP as required by the Texas Commission on Environmental M4
Quality, complete in place.
TOTAL ITEM#29: FyJa )-ijf,.yttaHi
p o�o $ 6160�/LS G S00 a_
( Unit Price Amounts shall be shown in both wor and numerals. In case of discrepancy, the amount shown in words shall govern.) ) `
� .,• NJtw4E.�o f rPr,/Tt- L941THoj>Pr�P
TOTAL PROPOSAL, ITEMS #1- # 29: U S$ tc H,3,4 net E-v. i..-r./ `,%, Z 0
s3, `�
MATERI $ 1 v
��
'� Fo3K. N-j v►ve.a. Ty isx. •TNOJ>AH b r
LABOR:Tt 5:X r, 4AJease.ay fat-.ry �,. x � ao $ �(aC=, i.46r,
TOTAL PROPOSAL IS t,
ITEMS #1 - # 29: - $ = fit- 7 Zp 3'ZC,
( Unit Price Amounts shall be shown in both words and numerals'. In case of discrepancy, the amount shown in words shA govern.)
va 9iLeo "TwZa. r7 Ti-+ov>n.tve
'TN e. Z�: T� x�� •� x /b o
y Offeror Initials
Li
t
I
7
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written
"Notice to Proceed" of the Owner and to Substantially Complete the project within ( 1 Z 0 ) # Days
Completed by Contractor (o,-A C. N v ►.• a rsa "Tw itk T x ) Written Days Completed by Contractor
CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract
documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $400 FOUR
HUNDRED DOLLARS and 00/100) for each consecutive calendar day in excess of the time set forth herein
above for Substantial completion of this project, all as more fully set forth in the general conditions of the
contract documents. Offeror hereby agrees to achieve Final Completion within ( 3 O ) # Days
Completed by Contractor 1L-TWritten Days Completed b
Contractor CONSECUTIVE CALENDA DAYS thereafter as stipulated in the specifications and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $200
(TWO HUNDRED DOLLARS and 00/100) for each consecutive calendar day in excess of the time set forth
herein above for Final completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance
with instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality
in the proposing.
The Offeror agrees that this proposal shall be good for a period of SIXTY (60) calendar days after the
scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this proposal, and he further
agrees to commence work on the date specified in the written notice to proceed, and to substantially complete
the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain
all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of
award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of
Fsv� �L�GN-t Dollars ($ S' o ), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification
of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon
demand.
O-) Offeror's Initials
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST: -
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. 4-. Date 9 -1 S-Ot5
Addenda No. Z_ Date 9 -1& -d$
Addenda No. 3 Date -1 fs - o %
Addenda No. �_ Date q -► 5 -0sa
�ddress
Cit ,
County
State
Zip Code
Telephone:
Fax:►`
FEDERAL TAX ID or SOCIAL SECURITY No.
M/WBE Finn: I Woman I I Black American I I Native
Hispanic American I I Asian Pacific American I I Other t
m Y.
L CITY OF LUBBOCK
CONTRACTOR'S STATEMENT OF QUALIFICATIONS
RFP # 08-730-BM
EASTPORT INDUSTRIAL AREA WATER SYSTEM IMPROVEMENTS
Candidates must complete each of the following items in order to be considered.
I
I. FIRM NAME: t )�jc� ��{ roll RudI(Itd, ,
2. BUSINESS ADDRESS: �Q (' ( L� I Lo n- I
0 Ryii,; 1X It0 I
Y 3. TELEPHONE, WITH AREA CODE:{
FAX, WITH AREA CODE:
s
E MAIL ADDRESS: h") i 1y 1-j � �(15� C 6
INTERNET URL ADDRESS: (,,. t,) lti
4. TYPE OF ORGANIZATION: (CHECK ONE)
a. SOLE PROPRIETORSHIP ( )
b. PARTNERSHIP ( )
c. CORPORATION (>�
d. JOINT VENTURE ( )
5. PRINCIPALS (P) AND ASSOCIATES (A):
(WRITE "P" OR "A" FOR EACH)
NAME P/A CERTIFICATE
a. U ( (n,) E Lt Q� c{ P
b. 1.
ty)y
L a.
d_
DEGREE OR
INSTITUTION
F`
CITY OF LUBBOCK
CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED
6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR
EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S.
PROJECT OWNER YEAR COST
b.
C. Mit,c, Gi
d. "j i i lfl 2
U 0
7. REFERENCES:
(INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR
WHICH YOU ARE COMPETING)
NAME RELATIONSHIP PHONE NUMBER
a. A
b. L
c
SUBMITTED BY:
Signature:
Date:
v
Printed Name:
Title:.
Finn Name:
Tel
Address: a
City:_ State: zip:
L J
i j
rl
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror and Agent
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock,
I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid
insurance certificate to the City meeting all of the requirements defined in this proposal.
Contractor (
'S FIRM NAME:
Lon r,
Contractor (Print)
Type)
CONTRACTOR'S FIRM ADDRESS: L C A
&-.APf 1) UL M
Name of Agent/Broker: ���`�(") �6 K K e,l'
Agent / Broker (Signature)
Address of Agent/Broker: ( (; `; �` f"`ti 1 �� t t I f
City/State/Zip:
LiAgent/Broker Telephone Number: ( ~� ! ) y � __ J 1
Date: 2` ;13 _ (J�
NOTE TO CONTRACTOR
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 Public
Works Contracting Officer for the City of Lubbock at (806) 775-2163.
[APROPOSAL # 08-730-BM — EASTPORT INDUSTRIAL AREA WATER SYSTEM IMPROVEMENTS
Page Intentionally Left Blank
2
SAFETY RECORD QUESTIONNAIRE
>T The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
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 NO_j
If the offeror lias 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
3 assessed.
Offeror's Initials
1
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO )./-'_
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO i-r
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: IJ
Date of offense location where offense occurred i
ty
pe of offense, final disposition of offense, in any, and penalty
assessed. Li
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me . this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omission may ca;e my proposal to be rejected.
Signature
Title
2
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-I10) 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.
1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
1 suspended or debarred by a Federal agency.
,b
COMPANY NAME: -' r' '1` 1 'j . ir:�s� 1
t ,� -
FEDERAL TAX I.D. No. Ui
Li
r'!
Signature of Company
Printed name of company official signing
Date Si
G
Pame Intentionally Left Blank
/
L]
PROPOSED LIST OF SUB -CONTRACTORS
1.
2.
3.
4.
A 5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Company Name and City
Minority Owned
Yes or No
t4i(.BLaF,v i-VA g 0 Ec,(il 07*.
W-TtAc, C P, 6 L-6, 1p, Wt P'"t..4-a 'Til.
❑
L. c, 6 -Tc
Fl
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
No Text
1
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Public Works Contracting Office
Not Later Than TWO BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
Sep 26 2008 3:208M.
817-481-2369 P.2
FINAL LIST OF SUB -CONTRACTORS
Company Name and City Minority Owned
Yes oT No
Pavetax Lubbock, TX cl IR
2.'
Highway Technologies / Fort Worth, TX 0
3.
Ewing Cable, Inc. I Amarillo, TX 0 l5t
4
W.X Paying / Lubbock. TX 0
5.
K. W. Sharp, Inc / Lubbock, TX u x
6.
O'Tool Supply Lubbock, TX
1
7.
R.E. Janes Gravel Stanton. TX
9,
E D
10.
0 0
11.
0 0
12'
0 0
13.
Ll D
14.
0 0
15.
0 D
16.
THIS
FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE So
4
A
z
0
as
H
z
w
a
_� � �,e„� _ . q �ti,R , �, —�r� ,� �.w ,..rc, ���,. , m � r�
.�. � , , ��_.., m,...
Paae Intentionally Left Blank
z_1
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(s)
OF THE TEXAS GOVERNMENT CODE
.. (CONTRACTS MORE THAN $25,000) Bond No. TXC 78911
KNOW ALL MEN BY THESE PRESENTS, that Wright Construction Co., Inc. (hereinafter called the Principal(s),
as Principal(s), and Merchants Bonding Company (Mutual)
(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 o even Hundred Twenty Thousand Three Hundred Twenty S5811arS 5720,327.00 ***
{ )lawful money of the
United States for the payment whereof, the said Principal and Surety bind. themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents,
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 6th day of
November , 2008, to make water system improvements to Eastport Industrial Area
and said Principal under the taw is required before coininencing 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 THL3 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
11th day of November 2008.
Merchants onding CMRany (Mutu
Surety
, Attorney -In -Fact
Wright Construction Co., Inc.
(Company Name)
By: L. rna
(Printed Flame)
I OQ /i
The undersigned surety company represents that it is duly qualified to do business in Texas, and here'
designates Kevin J. Dunn an agent resident in Lubbock County to whole any requisite notices ma
be delivered and on whom service of process may be had in matters arising Qut of such suretyship.
Merchants Bonding Company (Mutual)
Surety
*By:
-L
( e)
Approved as to Form Kevin J. Dunn, Attorney-lr,-Fact
P.O. Box 53910
City of Lubbock
Lubbock, TX 79423
t
By:
City ttorney
Dote: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showin,
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power o
attorney for our files.
kil
2
PERFORMANCE BOND
I
Pase Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.421(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000) Bond No. TXC 78911
KNOW ALL MIEN BY THESE PRESENTS, thayright Construction ►nc
�Cj�ibreinafter called the principal(s), as Principal(s), and
Merchants Bonding Company (Mutual)
(hereinafter called the Suretty(s), as Surely(sl. are held and l"armly bound unto the City of Lubbock (hereinafter called the
even Hundred wend Thousand Three Hundred Twenty
Obligee), in the amount o 'oeoars (S 72�0,3217.00 **) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 6th day of
November , 2008, to make water system improvements to Eastport Industrial Area "—
Ind said principaf under the law is required before cornimencing 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 some 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 11th
day of November 2008,
Wright Construction Co. Inc.
(Company Name)
By: 1,11 �Ntam,
(Printe—
(Signature)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Kevin J. Dunn 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.
Approved as to form:
MIWA- -.Lwwmkl�
Merchants Bonding Company (Mutual)
Surety
By:
(Tit �e) Kevin 4Dunn, Attorney -'In -Fact
P.O. Box 53910
Lubbock, TX 79423
ly nmy
Mote: 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.
2
1141rT +�
1
Merchants Bonding Company (Mutual)
Nations Bonding Company
Bond No. TXC 78911
KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the
laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas
(herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint
Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn J. Scott
of Grapevine and State of Texas their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
FIVE MILLION ($5,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers
of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors
of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding
Company on April 19, 2003.
"The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint
Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or
Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company, and such signature and seal when so used shall have the same force and effect as though
manually fixed."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 16th day of January, 2006.
•......
•V4DI IN-..
C,.
•'O,OptPOq '•
2003 a
STATE OF IOWA ' • • • .
COUNTY OF POLKss.
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
By/-f-7
774—
President
On this 16th day of January, 20D6, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that
he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and 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.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
Et
CINDY SMYTHCommission Number 173604 CNy
My Commission Expires
March 16, 2005 Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK ss.
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify
that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is
still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 11 th day of November, 2008
NBC 0103 (1/06)
Secretary
POWER OF ATTORNEY
Merchants Bonding Company (Mutual)
Nations Bonding Company
Bond No. TXC 78911
KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized underthe
laws of the Stale of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas
(herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Angela S. Goff, Harold Binggeli, Mike Henthorn, Ron Stroman,
Cara D. Hancock andlar Kevin J_ Dunn.
of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
THREE MILLION ($3,000,000.00) Dottars
and to bind the Companies thereby as fully and to the same extent as if such bond or underiaking was signed by the duly authorized officers
of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors
of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding
Company on April 19, 2003.
"The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint
Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizanoes, contracts of indemnity and other writings obligatory in the nature thereof.
The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or
Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company, and such signature and seal when to used shall have the same force and effect as though
manually fixed."
In Witness Whereof, the Companies have caused this Instrument to be signed and sealed this 11 th day of November, 2008
2003
• A o`
to
..
STATEOF"WVP% •••"• •• •
COUNTY OF POLK ss.
:• G '.
. •O��,p�P 0 O�'�9
R
• �•• Cry ��, •?G.,a
ems'—:..'"'•.' _o_ c":�,,:
• 1033 %e;
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
By /--r-7 7.a7,�Presideent
On this 11 th day of November, 2008, before me appeared Larry Taylor, to me personally known, who being by me duly mom did say that
he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; 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.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
STATE OF IOWA
COUNTY OF POLK ss.
4+. CIMDY SMYTH 1
Commission Number 173604 U
oWr My Commission E�/
xpires
March 16, 2005 Notary Public, Polk County, Iowa
1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify
that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is
still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed it* seal of the Companies on this 11 th day of November, 2008
•'Z4D1 •
� oRPt)q ��••.
,r 2003
NBC 0103 (1/06)
Secretary
1
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance agent
You may call Merchants Bonding Company's toll -free telephone number for information or to make a
complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or
complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim
you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of
Insurance.
.ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part
or condition of the attached document.
SUP 0032 TX (7/07)
CERTIFICATE OF INSURANCE
I
t
Page Intentionally Left Blank
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR OD' LTR N R POLICY NUMBER PDOLICY EFFECTIVE POLICY EXPIRATION
LIMITS
$ IL GENERAL LIABILITY CLP3428177 11/29/2007 11/29/2008
i X ` COMMERCIAL GENERAL LIABILITY
CLAIMS
MADE �� OCCUR ' �---
EACHOCCURRENCE $ j. OOO OOO
DAMAGE TO RENTED
PREMISES Ea occurence $100000
IVIED EXP(Anyone person) $ (j OOO
PERSONAL &ADV INJURY $ 1 000 000
!ix XCIJ
iX EIPS Excluded
GENERAL AGGREGATE $2 000 000
PRODUCTS-COMP/OP AGG $ 2 OOO OOO
'_.I GEN'L AGGREGATE LIMIT APPLIES PER:
S POLICY X I PROT- LOC
JEC
$ }AUTOMOBILE LIABILITY +CAP3517782 11/29/2007 11/29/2008
EX ( ANY AUTO j
COMBINED SINGLE LIMIT j
(Ea accident) [ $ 1, 000r OOO
ALLOWNEDAUTOS
I
{ SCHEDULED AUTOS k{
BODILY INJURY $
(Per person)
'X HIREDAUTOS k
s NON -OWNED AUTOS
BODILY INJURY
(Per accident) $
E
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY
( ANY AUTO
f
AUTO ONLY - EAACCIDENT $
OTHERTHAN EAACC S
I t
AUTO ONLY: AGG $
A i EXCESSIUMBRELLA LIABILITY QK09101136 11/29/2007 11/29/2008
X OCCUR CLAIMS MADE
EACHOCCURREN_CE $ 1O OOO OOO
AGGREGATE $,10, OOO 000
$
I I DEDUCTIBLE j
X RETENTION $1 O 000
$
€€
$ WORKERS COMPENSATION AND WC 3517783 11/29/2007 11/29/2008
t EMPLOYERS' LIABILITY ,ER
X 1 RYTAMIT OTH-
E.L. EACH ACCIDENT $ 1, OOO QOO
�—
ANY PROPRIETORIPARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
E.L. DISEASE - EA EMPLOYEE $ 1, 0 0 0, 0 0 0
If yes, describe under
SPECIAL PROVISIONS below
i OTHER
I
E.L. DISEASE - POLICY LIMIT $ 1 000 000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
e: Eastport Industrial Area Water System Improvements Project No. 91082
The City of Lubbock is Additional Insured on a Primary/Non-contributory basis as respects General Liability, Auto
Liability, and Umbrella Liability if required by written contract. Waiver of Subrogation applies in favor of same as
respects General Liability, Auto Liability, Umbrella Liability, and Workers' Compensation if required by written
contract.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
City of Lubbock BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER
WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE
P.O. Box 2000 CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO
Lubbock, TX 79457 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON
THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
nrtnan �a /�nn�rnQt
OACORD CORPORATION 1988
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/081
3 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
Fli 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;
(b) 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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
1
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by J
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
IL-31
Patie Intentionally Left Blank
CONTRACT # 8657
STATE OF TEXAS
-A COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 6"' day of November 2008 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 WRIGHT CONSTRUCTION CO., INC of the City of GRAPEVINE,
County of'1'ARRANI' 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
t 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:
PROPOSAL # 08-730-BM — Eastport Industrial Area Water System Improvements - S 720,327
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. WRIGHT CONSTRUCTION CO. INC's proposal dated
September 24, 2008 is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
1'exas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
Wright Construction Co., Inc. J By:
MAYOR
By:
PRINTED
TITLE: P
Company Wright Construction Co., Inc.
Address,601 W. Wall Street.
City, State, Zip Grapevine, Texas 76051
ATTEST:
c`�"�-4,�
Corporate Secretary
1
ATTEST:
City Secre ary
r
a ��r
,��r�..�
GENERAL CONDITIONS OF THE AGREEMENT
1
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
l . 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-
WRIGHT CONSTRUCTION CO., INC who has agreed to perform the work
partnership or corporation, to wit
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 Wood Franklin, P.E., Chief Water Utilities Engineer, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers,
supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
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.
1
a
10.
11
12
13
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
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.
KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
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.
LINES AND GRADES
All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are
necessary for the commencement of the work contemplated by these contract documents or the completion of the
work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order
to permit Owner's Representative to comply with this requirement, but such suspension 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.
2
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
t 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)
r 5 calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
p' 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
y 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
L 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.
L-i 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
1
18
20.
21.
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 i`
work, shall be sustained and borne by the Contractor at its own cost and expense.
CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment 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.
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.
OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work 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 through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
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.
4
1
1
22.
23.
24
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
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. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
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 herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determned
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.
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
s comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
' Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its 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
F 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.
i
i
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF {
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. _
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation t
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $5,000,000
Combined Single Limit in the aggregate and per occurrence to include: (can be obtained through
Umbrella Insurance)
n.
C.
Q
E.
Q
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
Heavy Equipment Endorsement
X, C, U Endorsement
Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED.
Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of $NOT REQUIRED on all
contracts with coverage to correspond with Comprehensive General Liability and Comprehensive
Automobile Liability coverage's.
Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $ 500,000.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
..,;� Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
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
Y 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 Yand 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 k
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project; 1
(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
l;
(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:
10
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
The name and address of the insured.
The location of the operations to which the insurance applies.
The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
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.
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.
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.
If policy limits are paid, new policy must be secured for new coverage to complete project.
A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
11
REQUIRED WORKERS'COMPENSA TION CO VERA GE
(h)
(iii) include in all contracts to provide services on the project the following language:
"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 (vwwtdistate.Mus) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage, " and
contractually require each person with whom it contracts to provide services on a project,_
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing servicesonon the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
"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:
(vi)
1 f
(1) a certificate of coverage, prior to the other person beginning work on the I
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; ,
retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
12
29
30
31.
32.
(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.
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.
PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its 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.
PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any, design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its 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.
LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its 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
13
33
34.
35
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, I
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or ;
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar ..__
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
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.
TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are `
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $400 (FOUR HUNDRED
DOLLARS and 00/100) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as
herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for -
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is --_�
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
�t
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT t
TIME IS OF THE ESSENCE OF THIS CONTRACT.
TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor ;
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner j
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the proposal,- provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's k
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.
14
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
y
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 twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
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
IJ expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
15
40
41
42.
43.
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising l
from or growing out of the performance of this contract.
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.
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.
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 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.
i s
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said ;
partial payment is attributable.
SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
16
1
a
44.
45.
46.
47.
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 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.
CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
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
17
48.
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.
NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(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,
18
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 $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
3 19
52.
53
54.
55.
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.
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.
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.
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.
20
56. NON -APPROPRIATION
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.
21
Page Intentionally Left Blank
DAVIS-BACON WAGE DETERMINATIONS
Pate Intentionally Left Blank
1
EXHIBIT A
GENERAL DECISION: TX20080028 02/08/2008 TX28
Date: February 8, 2008
General Decision Number: TX20080028 02/08/2008
Superseded General Decision Number: TX20070028
State: Texas
Construction Types: Heavy and Highway
Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor
and Tom Green Counties in Texas.
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 02/08/2008
* SUTX2004-001 11/09/2004
Rates
Asphalt Distributor Operator...$ 9.25
Asphalt Heater Operator ........
$ 11.21
Asphalt paving machine operator$
11.16
Asphalt Raker ..................$
9.51
Broom or Sweeper Operator ......
$ 8.57
Bulldozer operator ...........$
9.76
Carpenter ......................$
12.61
Concrete Finisher, Paving ......
$ 13.26
Concrete Finisher, Structures..$
11.20
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator .......................$
11.00
Electrician ....................$
17.00
Form Builder/Setter, Structures$
9.26
Form Setter, Paving & Curb .....
$ 9.82
Front End Loader Operator ......
$ 10.52
Laborer, common ................$
8.51
Laborer, Utility ...............$
10.46
Mechanic .......................$
16.85
Motor Grader Operator Rough ....
$ 11.75
Motor Grader Operator, Fine
Grade ................. .......$
13.50
Planer Operator ................$
13.36
Rni 1 er operator, Pneumat i r-.,
Self -Propelled .................$
7.67
Roller Operator, Steel Wheel,
Flat Wheel/Tamping.............$
8.06
Roller Operator, Steel Wheel,
Plant Mix Pavement .............$
7.50
Scraper Operator ...............$
8.50
Servicer .......................$
8.98
Fringes
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
Slip Form Machine Operator .....
$ 13.64
0.00
Tractor operator, Pneumatic ....
$ 12.00
0.00
Traveling Mixer Operator .......
$ 12.00
0.00
Truck driver, lowboy -Float .....
$ 12.67
0.00
Truck driver, Single Axle,
Heavy ..........................$
8.50
0.00
Truck driver, Single Axle,
Light ..........................$
8.08
0.00
Truck Driver, Tandem Axle,
Semi -Trailer ...................$
8.66
0.00
Welder .........................$
15.25
0.00
Work Zone Barricade Servicer...
----------------------------------------------------------------
$ 8.28
0.00
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
¢F¢
�r
F 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
J review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
f
i
I
SPECIFICATIONS
1
Pate Intentionally Left Blank
1-1
EASPORT INDUSTRIAL AREA
WATER SYSTEM IMPROVEMENTS
TECHNICAL SPECIFICATIONS
AUGUST 2008
TABLE OF CONTENTS
DIVISION 0 — BIDDING REQUIREMENTS AND CONDITIONS OF CONTRACT
MP FAA Mandatory Provisions
GP FAA General Provisions
DIVISION 1— GENERAL REQUIREMENTS
01010 Summary of Work
01011 Special Provisions
01019 Contract Considerations
01025 Measurement and Payment
01028 Change Order Procedures
01140 Work Restrictions
01300 Submittal Procedures
01322 Photographic Documentation
01356 Storm Water Pollution Prevention Measures
01400 Quality Requirements
01555 Barricades, Signs, and Traffic Handling
01576 Waste and Salvageble Material Disposal
01700 Contract Closeout
DIVISION 2 — SITE WORK
02200 Removal, Demolition and Salvage
02260 Excavation Support and Protection
02317 Excavation and Backfill for Utilities
02320 Utility Backfill Materials
02511 Installation of Water Distribution System Components
02558 Water Works Piping, Valves and Fittings
02741 Hot -Mix Ahpalt Paving
DIVISION 3 - CONCRETE
03300 Cast -in -Place Concrete
DIVISION 15 MECHANICAL
15061 Water Taps
15063 Pipe: Copper
15064 Pipe: Plastic
15110 Speciality Valves: Insta-Valve System
APPENDIX
A Fire Hydrant Use Permit (Sample)
B Barricade Street Use Permit (Sample)
C Utility Work in Right -Of -Way Permit (Sample)
D FAA Advisory Circular
700
Eastport Industrial Area TOC-1 August 2008
Water System Improvements
1
CONTRACT CONDITIONS
FAA MANDATORY CONTRACT PROVISIONS
AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 - GENERAL CIVIL
RIGHTS PROVISIONS
The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as
are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin,
sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from
Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the
period during which Federal assistance is extended to the airport a program, except where Federal
assistance is to provide, or is in the form of personal property or real property or interest therein or
structures or improvements thereon. In these cases the provision obligates the party or any transferee
for the longer of the following periods: (a) the period during which the property is used by the airport
sponsor or any transferee for a purpose for which Federal assistance is extended, or for another
purpose involving the provision of similar services or benefits or (b) the period during which the
airport sponsor or any transferee retains ownership or possession of the property. In the case of
contractors, this provision binds the contractors from the bid solicitation period through the
completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights
Act of 1964.
CLEAN AIR AND WATER POLLUTION CONTROL
Contractors and subcontractors agree:
a. That any facility to be used in the performance of the contract or subcontract or to benefit from the
contract is not listed on the Environmental Protection Agency (EPA) List of Violating
Facilities;
b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42
U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33
U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as
all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all
other regulations and guidelines issued thereunder;
c. That, as a condition for the award of this contract, the contractor or subcontractor will notify
the awarding official of the receipt of any communication from the EPA indicating that a facility
to be used for the performance of or benefit from the contract is under consideration to be listed
on the EPA List of Violating Facilities;
d. To include or cause to be included in any construction contract or subcontract which exceeds $
100,000 the aforementioned criteria and requirements.
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION
CONTRACT SPECIFICATIONS - 41 CFR Part 60.4.3
1. As used in these specifications:
Eastport Industrial Area MP-1 August 2008
Water System Improvements
f
a. "Covered area" means the geographical area described in the solicitation from which
this contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs
(OFCCP), U.S. Department of Labor, or any person to whom the Director delegates
authority;
c. "Employer identification number" means the Federal social security number used on
the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941;
d. "Minority" includes:
(1) Black (all) persons having origins in any of the Black African racial groups not
of Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South
American, or other Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any of the original
peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific
Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the
original peoples of North America and maintaining identifiable tribal affiliations
through membership and participation or community identification).
2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work
involving any construction trade, it shall physically include in each subcontract in excess of $10,000
the provisions of these specifications and the Notice which contains the applicable goals for minority
and female participation and which is set forth in the solicitations from which this contract resulted.
3. If the contractor is participating (pursuant to 41 CFR 50-4.5) in a Hometown Plan approved by the
U.S. Department of Labor in the covered area either individually or through an association, its
affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in
accordance with that Plan for those trades which have unions participating in the Plan. Contractors
shall be able to demonstrate their participation in and compliance with the provisions of any such
Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually
required to comply with its obligations under the EEO clause and to make a good faith effort to
achieve each goal under the Plan in each trade in which it has employees. The overall good faith
performance by other contractors or subcontractors toward a goal in an approved Plan does not
excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan
goals and timetables.
4. The contractor shall implement the specific affirmative action standards provided in paragraphs
18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this
contract resulted are expressed as percentages of the total hours of employment and training of
minority and female utilization the contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. Covered construction contractors
performing construction work in a geographical area where they do not have a Federal or federally
assisted construction contract shall apply the minority and female goals established for the
geographical area where the work is being performed. Goals are published periodically in the Federal
r7 Eastport Industrial Area NV-2 August 2008
Water System Improvements
Register in notice form, and such notices may be obtained from any Office of Federal Contract
Compliance Programs office or from Federal procurement contracting officers. The contractor is
expected to make substantially uniform progress in meeting its goals in each craft during the period
specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom
the contractor has a collective bargaining agreement to refer either minorities or women shall excuse
the contractor's obligations under these specifications, Executive Order 11246 or the regulations
promulgated pursuant thereto.
6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the
goals, such apprentices and trainees shall be employed by the contractor during the training period
and the contractor shall have made a commitment to employ the apprentices and trainees at the
completion of their training, subject to the availability of employment opportunities. Trainees shall
be trained pursuant to training programs approved by the U.S. Department of Labor.
7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the contractor's compliance with these specifications shall be based upon its effort to
achieve maximum results from its actions. The contractor shall document these efforts fully and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and
coercion at all sites, and in all facilities at which the contractor's employees are assigned
to work. The contractor, where possible, will assign two or more women to each
construction project. The contractor shall specifically ensure that all foremen,
superintendents, and other onsite supervisory personnel are aware of and carry out the
contractor's obligation to maintain such a working environment, with specific attention to
minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources,
provide written notification to minority and female recruitment sources and to
community organizations when the contractor or its unions have employment
opportunities available, and maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each
minority and female off -the -street applicant and minority or female referral from a union,
a recruitment source, or community organization and of what action was taken with
respect to each such individual. If such individual was sent to the union hiring hall for
referral and was not referred back to the contractor by the union or, if referred, not
employed by the contractor, this shall be documented in the file with the reason therefore
along with whatever additional actions the contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with
which the contractor has a collective bargaining agreement has not referred to the
contractor a minority person or female sent by the contractor, or when the contractor has
other information that the union referral process has impeded the contractor's efforts to
meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for
the area which expressly include minorities and women, including upgrading programs
and apprenticeship and trainee programs relevant to the contractor's employment needs,
Eastport Industrial Area MP-3 August 2008
Water System Improvements
especially those programs funded or approved by the Department of Labor. The
contractor shall provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the contractor's EEO policy by providing notice of the policy to unions
and training programs and requesting their cooperation in assisting the contractor in
meeting its EEO obligations; by including it in any policy manual and collective
bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by
specific review of the policy with all management personnel and with all minority and
female employees at least once a year; and by posting the company EEO policy on
bulletin boards accessible to all employees at each location where construction work is
performed.
g. Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any responsibility for
hiring, assignment, layoff, termination, or other employment decisions including specific
review of these items with onsite supervisory personnel such a superintendents, general
foremen, etc., prior to the initiation of construction work at any job site. A written record
shall be made and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the contractor's EEO policy externally by including it in any advertising
in the news media, specifically including minority and female news media, and providing
written notification to and discussing the contractor's EEO policy with other contractors
and subcontractors with whom the contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female
recruitment and training organizations serving the contractor's recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the contractor
shall send written notification to organizations, such as the above, describing the
openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons
and women and, where reasonable provide after school, summer, and vacation
employment to minority and female youth both on the site and in other areas of a
contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so
under 41 CFR Part 60-3.
1. Conduct, at least annually, an inventory and evaluation at least of all minority and
female personnel, for promotional opportunities and encourage these employees to seek
or to prepare for, through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments, and other
personnel practices do not have a discriminatory effect by continually monitoring all
personnel and employment related activities to ensure that the EEO policy and the
contractor's obligations under these specifications are being carried out.
Eastport Industrial Area M -4 August 2008
Water System Improvements
i=
n. Ensure that all facilities and company activities are non -segregated except that -'
separate or single user toilet and necessary changing facilities shall be provided to assure
privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from
minority and female construction contractors and suppliers, including circulation of
solicitations to minority and female contractor associations and other business
associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance
under the contractor's EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or
more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor
association, joint contractor union, contractor community, or other similar groups of which the
contractor is a member and participant, may be asserted as fulfilling any one or more of its
obligations under 18.7a through 18.7p of these specifications provided that the contractor actively
participates in the group, makes every effort to assure that the group has a positive impact on the
employment of minorities and women in the industry, ensures that the concrete benefits of the
program are reflected in the contractor's minority and female workforce participation, makes a good
faith effort to meet its individual goals and timetables, and can provide access to documentation
which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to
comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a
defense for the contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
contractor, however, is required to provide equal employment opportunity and to take affirmative
action for all minority groups, both male and female, and all women, both minority and non -minority.
Consequently, if the particular group is employed in a substantially disparate manner (for example,
even though the contractor has achieved its goals for women generally,) the contractor may be in
violation of the Executive Order if a specific minority group of women is underutilized.
10. The contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The contractor shall not enter into any subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
12. The contractor shall carry out such sanctions and penalties for violation of these specifications
and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing
subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its
implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor
who fails to carry out such sanctions and penalties shall be in violation of these specifications and
Executive Order 11246, as amended.
13. The contractor, in fulfilling its obligations under these specifications, shall implement specific
affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these
specifications, so as to achieve maximum results from its efforts to ensure equal employment
opportunity. If the contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in accordance with 41
CFR 60-4.8.
Eastport Industrial Area W-5 August 2008
Water System Improvements
14. The contractor shall designate a responsible official to monitor all employment related activity to
ensure that the company EEO policy is being carried out, to submit reports relating to the provisions
hereof as may be required by the Government, and to keep records. Records shall at least include for
each employee, the name, address, telephone number, construction trade, union affiliation if any,
employee identification number when assigned, social security number, race, sex, status (e.g.,
mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week
in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form; however, to the degree that existing
records satisfy this requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws
which establish different standards of compliance or upon the application of requirements for the
hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977
and the Community Development Block Grant Program).
CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR
PART 5
1.Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic, including watchmen and guards, in any workweek in which he or she is employed on such
work to work in excess of forty hours in such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked
in excess of forty hours in such workweek.
2. Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any
subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor
and subcontractor shall be liable to the United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such
liquidated damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum
of $10 for each calendar day on which such individual was required or permitted to work in excess of
the standard workweek of forty hours without payment of the overtime wages required by the clause
set forth in paragraph 1 above.
3. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request
of an authorized representative of the Department of Labor withhold or cause to be withheld, from
any monies payable on account of work performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime contractor, or any other Federally -assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph 2 above.
4. Subcontractors.
The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1
Eastport Industrial Area NV-6 August 2008
Water System Improvements
t ,
through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section.
DAVIS BACON REQUIltEMENTS
1. Minimum Wages
(i) All laborers and mechanics employed or working upon the site of the work will be
paid unconditionally and not less often than once a week, and without subsequent
deduction or rebate on any account (except such payroll deductions as are permitted by
the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of
wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment
computed at rates not less than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part hereof, regardless of any
contractual relationship which may be alleged to exist between the contractor and such
laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under
section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv)
of this section; also, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs which cover the
particular weekly period, are deemed to be constructively made or incurred during such
weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and
fringe benefits on the wage determination for the classification of work actually
performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers
or mechanics performing work in more than one classification may be compensated at the
rate specified for each classification for the time actually worked therein: Provided, That
the employer's payroll records accurately set forth the time spent in each classification in
which work is performed. The wage determination (including any additional
classification and wage rates conformed under (1)(ii) of this section) and the Davis -
Bacon poster (WH-1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can
easily be seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics,
including helpers, which is not listed in the wage determination and which is to be
employed under the contract shall be classified in conformance with the wage
determination. The contracting officer shall approve an additional classification and
wage rate and fringe benefits therefore only when the following criteria have been
met:
(1) The work to be performed by the classification requested is not
performed by a classification in the wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a
reasonable relationship to the wage rates contained in the wage determination.
Eastport Industrial Area MP-7 August 2008
Water System Improvements
(B) If the contractor and the laborers and mechanics to be employed in the
classification (if known), or their representatives, and the contracting officer agree on the
classification and wage rate (including the amount designated for fringe benefits where
' appropriate), a report of the action taken shall be sent by the contracting officer to the
Administrator of the Wage and Hour Division, Employment Standards Administration,
U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an
authorized representative, will approve, modify, or disapprove every additional
classification action within 30 days of receipt and so advise the contracting officer or will
.,3 notify the contracting officer within the 30-day period that additional time is necessary.
(C) In the event the contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on the
proposed classification and wage rate (including the amount designated for fringe
benefits where appropriate), the contracting officer shall refer the questions, including the
views of all interested parties and the recommendation of the contracting officer, to the
Administrator for determination. The Administrator, or an authorized representative, will
issue a determination within 30 days of receipt and so advise the contracting officer or
will notify the contracting officer within the 30-day period that additional time is
necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing
work in the classification under this contract from the fast day on which work is
performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of
laborers or mechanics includes a fringe benefit which is not expressed as an hourly
rate, the contractor shall either pay the benefit as stated in the wage determination or
shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of
any costs reasonably anticipated in providing bona fide fringe benefits under a plan or
program, Provided, That the Secretary of Labor has found, upon the written request of
the contractor, that the applicable standards of the Davis -Bacon Act have been met. The
Secretary of Labor may require the contractor to set aside in a separate account assets for
the meeting of obligations under the plan or program.
2 Withholding.
The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request
of an authorized representative of the Department of Labor withhold or cause to be withheld
from the contractor under this contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage
requirements, which is held by the same prime contractor, so much of the accrued payments
or advances as may be considered necessary to pay laborers and mechanics, including
apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full
amount of wages required by the contract. In the event of failure to pay any laborer or
mechanic, including any apprentice, trainee, or helper, employed or working on the site of
work, all or part of the wages required by the contract, the Federal Aviation Administration
may, after written notice to the contractor, sponsor, applicant, or owner, take such action as
Eastport Industrial Area MP-8 August 2008
Water System Improvements
may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds until such violations have ceased.
3. Payrolls and basic records.
(i) Payrolls and basic records relating thereto shall be maintained by the contractor
during the course of the work and preserved for a period of three years thereafter for
all laborers and mechanics working at the site of the work. Such records shall contain
the name, address, and social security number of each such worker, his or her correct
classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types
described in l(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours
worked, deductions made and actual wages paid. Whenever the Secretary of Labor
has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic
include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section l(b)(2)(B) of the Davis -Bacon Act, the
contractor shall maintain records which show that the commitment to provide such
benefits is enforceable, that the plan or program is financially responsible, and that
the plan or program has been communicated in writing to the laborers or mechanics
affected, and records which show the costs anticipated or the actual costs incurred in
providing such benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the registration of
apprenticeship programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
(ii)(A) The contractor shall submit weekly, for each week in which any contract work
is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case
may be, for transmission to the Federal Aviation Administration. The payrolls
submitted shall set out accurately and completely all of the information required to be
maintained under paragraph 5.5(a)(3)(i) above. This information may be submitted in
any form desired. Optional Form WH-347 is available for this purpose and may be
purchased from the Superintendent of Documents (Federal Stock Number 029-005-
00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime
contractor is responsible for the submission of copies of payrolls by all
subcontractors.
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance,"
signed by the contractor or subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the information required
to be maintained under paragraph (3)(i) above and that such information is
correct and complete;
(2) That each laborer and mechanic (including each helper, apprentice and
trainee) employed on the contract during the payroll period has been paid the
full weekly wages earned, without rebate, either directly or indirectly, and
that no deductions have been made either directly or indirectly from the full
wages earned, other than permissible deductions as set forth in Regulations
29 CFR Part 3;
Eastport Industrial Area W-9 August 2008
Water System Improvements
(3) That each laborer or mechanic has been paid not less than the applicable
wage rates and fringe benefits or cash equivalents for the classification of
J work performed, as specified in the applicable wage determination
incorporated into the contract.
(C) The weekly submission of a properly executed certification set forth on the reverse
side of Optional Form WH-347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph (3xii)(B) of this section.
(D) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section
231 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph
(3xi) of this section available for inspection, copying or transcription by authorized
representatives of the Sponsor, the Federal Aviation Administration or the
Department of Labor, and shall permit such representatives to interview employees
during working hours on the job. If the contractor or subcontractor fails to submit the
required records or to make them available, the Federal agency may, after written
notice to the contractor, sponsor, applicant or owner, take such action as may be
necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make
such records available may be grounds for debarment action pursuant to 29 CFR
5.12.
4. Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined
rate for the work they performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship program registered with the U.S.
Department of Labor, Employment and Training Administration, Bureau of
Apprenticeship and Training, or with a State Apprenticeship Agency recognized by
the Bureau, or if a person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprenticeship program, who is not
individually registered in the program, but who has been certified by the Bureau of
Apprenticeship and Training or a State Apprenticeship Agency (where appropriate)
to be eligible for probationary employment as an apprentice. The allowable ratio of
apprentices to journeymen on the job site in any craft classification shall not be
greater than the ratio permitted to the contractor as to the entire work force under the
registered program. Any worker listed on a payroll at an apprentice wage rate, who is
not registered or otherwise employed as stated above, shall be paid not less than the
applicable wage rate on the wage determination for the classification of work actually
performed. In addition, any apprentice performing work on the job site in excess of
the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed.
Where a contractor is performing construction on a project in a locality other than
that in which its program is registered, the ratios and wage rates (expressed in
percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed. Every apprentice must be paid
at not less than the rate specified in the registered program for the apprentice's level
Eastport Industrial Area MP-10 August 2008
Water System Improvements
of progress, expressed as a percentage of the journeymen hourly rate specified in the
applicable wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid the full amount of
fringe benefits listed on the wage determination for the applicable classification. If
the Administrator determines that a different practice prevails for the applicable
apprentice classification, fringes shall be paid in accordance with that determination.
1,
In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship
Agency recognized by the Bureau, withdraws approval of an apprenticeship program,
the contractor will no longer be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until an acceptable program is
approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to
work at less than the predetermined rate for the work performed unless they are
employed pursuant to and individually registered in a program which has received
prior approval, evidenced by formal certification by the U.S. Department of Labor,
Employment and Training Administration. The ratio of trainees to journeymen on the
job site shall not be greater than permitted under the plan approved by the
Employment and Training Administration. Every trainee must be paid at not less than
the rate specified in the approved program for the trainee's level of progress,
expressed as a percentage of the journeyman hourly rate specified in the applicable
wage determination. Trainees shall be paid fringe benefits in accordance with the
provisions of the trainee program. If the trainee program does not mention fringe
benefits, trainees shall be paid the full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and Hour Division determines
that there is an apprenticeship program associated with the corresponding
journeyman wage rate on the wage determination which provides for less than full
fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate
who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually
performed. In addition, any trainee performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not less than the applicable
wage rate on the wage determination for the work actually performed. In the event
the Employment and Training Administration withdraws approval of a training
program, the contractor will no longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an acceptable program is
approved.
(iii) Equal Employment Opportunity. The utilization of apprentices, trainees and
journeymen under this part shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part
30.
5. Compliance With Copeland Act Requirements.
The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by
reference in this contract.
6. Subcontracts.
Eastport Industrial Area MP-11 August 2008
Water System Improvements
i
The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part
5.5(axl) through (10) and such other clauses as the Federal Aviation Administration may by
appropriate instructions require, and also a clause requiring the subcontractors to include
these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor with all the contract clauses in
29 CFR Part 5.5.
7. Contract Termination: Debarment.
A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for
termination of the contract, and for debarment as a contractor and a subcontractor as provided
in 29 CFR 5.12.
8. Compliance With Davis -Bacon and Related Act Requirements.
All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3,
and 5 are herein incorporated by reference in this contract.
9. Disputes Concerning Labor Standards.
Disputes arising out of the labor standards provisions of this contract shall not be subject to the
general disputes clause of this contract. Such disputes shall be resolved in accordance with
the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes
within the meaning of this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees
or their representatives.
10. Certification of Eligibility.
(i) By entering into this contract, the contractor certifies that neither it (nor he or she)
nor any person or firm who has an interest in the contractor's firm is a person or firm
ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -
Bacon Act or 29 CFR 5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for
award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or
29 CFR 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60-1.4(b)
During the performance of this contract, the contractor agrees as follows:
1. The contractor will not discriminate against any employee or applicant for employment because of
race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment without regard to their
race, color, religion, sex, or national origin. Such action shall include, but not be limited to the
Eastport Industrial Area ,LIP-12 August 2008
Water System Improvements
u
following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided setting forth the provisions of this
nondiscrimination clause.
2. The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for
employment without regard to race, color, religion, sex, or national origin.
3. The contractor will send to each labor union or representative of workers with which s/he has a
collective bargaining agreement or other contract or understanding, a notice to be provided advising
the said labor union or workers' representatives of the contractor's commitments under this section,
and shall post copies of the notice in conspicuous places available to employees and applicants for
employment.
4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,
as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor.
5. The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the administering agency and
the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract
or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or
suspended in whole or in part and the contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with procedure authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by law.
7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and
the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted
by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor
or vendor. The contractor will take such action with respect to any subcontract or purchase order as
the administering agency may direct as a means of enforcing such provision, including sanctions for
noncompliance: Provided, however, that in the event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such direction by the
administering agency the contractor may request the United States to enter into such litigation to
protect the interests of the United States.
END OF SECTION
Eastport Industrial Area MP-13 August 2008
Water System Improvements
iI
L
9/29/2007 AC 150/5370-IOC
PART II - GENERAL PROVISIONS
SECTION 10
DEFINITION OF TERMS
Whenever the following terms are used in these specifications, in the contract, or in any documents or
other instruments pertaining to construction where these specifications govern, the intent and meaning
shall be interpreted as follows:
10-01 AASHTO. The American Association of State Highway and Transportation Officials, the
successor association to AASHO.
10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon
connecting the airport to a public highway.
10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to
be performed and materials to be furnished.
10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal
Aviation Administration.
10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area
shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface
maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or
intended to be used for the unobstructed movement of aircraft in addition to its associated runway,
taxiway, or apron.
10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the
landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or
other airport facilities or rights of way; and airport buildings and facilities located in any of these areas,
and includes a heliport.
10-07 ASTM. The American Society for Testing and Materials.
10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal.
10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly
authorized representative, who submits a proposal for the work contemplated.
10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for
airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities
located thereon.
10-11 CALENDAR DAY. Every day shown on the calendar.
10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans,
specifications, or proposal quantities and establishing the basis of payment and contract time adjustment,
if any, for the work affected by such changes. The work, covered by a change order, shall be within the
scope of the contract.
Eastport Industrial Area GP-1 August 2008
Water System Improvements
i.
9/29/2007 AC 150/5370-IOC
10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract
shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The
Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The
Plans, and any addenda issued to bidders.
10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the -'
contract. i
10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal,
allowed for completion of the contract, including authorized time extensions. If a calendar date of
completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be
completed by that date.
10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the
acceptable performance of the work contracted and for the payment of all legal debts pertaining to the
work who acts directly or through lawful agents or employees to complete the contract work.
10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or
subsurface waters are collected and conducted from the airport area.
10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to
be responsible for engineering inspection of the contract work and acting directly or through an
authorized representative.
10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance,
and also all tools and apparatus necessary for the proper construction and acceptable completion of the
work.
10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously
modified by change order or supplemental agreement, but which is found by the Engineer to be necessary
to complete the work within the intended scope of the contract as previously modified.
10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used
to designate a person, FAA shall mean the Administrator or his/her duly authorized representative.
10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item
Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General
Services Administration of the Federal Government.
10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished
through the use of material, equipment, labor, and supervision provided by the Owner or by another
public agency pursuant to an agreement with the Owner.
10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary
inspections and/or tests of the work performed or being performed, or of the materials furnished or being
furnished by the Contractor.
10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words
"directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are
used, it shall be understood that the direction, requirement, permission, order, designation, or prescription
of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words
Eastport Industrial Area GP-2 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each
case to the final determination of the Owner.
Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited
standard shall be interpreted to include all general requirements of the entire section, specification item,
or cited standard that may be pertinent to such specific reference.
10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may
be designated by the Engineer.
10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the
airport or within the airport buildings. The field lighting includes all luminous signals, markers,
floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft
landing at, taking off from, or taxiing on the airport surface.
10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is
listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of
the award contract. All other items shall be considered minor contract items.
10-29 MATERIALS. Any substance specified for use in the construction of the contract work.
10-30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on
a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract
time begins.
10-31 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency
signatory to the contract. For AIP contracts, the term "sponsor" shall have the same meaning as the term
"Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or
sponsor only.
10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered
as a single unit.
10-33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her
surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the
construction of the work.
10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and
his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the
contract.
10-35 PLANS. The official drawings or exact reproductions which show the location, character,
dimensions and details of the airport and the work to be done and which are to be considered as a part of
the contract, supplementary to the specifications.
10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with
respect to a particular airport.
10-37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to
perform the contemplated work and furnish the necessary materials in accordance with the provisions of
the plans and specifications.
Eastport Industrial Area GP-3 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder
will enter into a contract if his/her proposal is accepted by the Owner.
is
10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft.
10-40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for
completing the contract work. Standards for specifying materials or testing which are cited in the contract
specifications by reference shall have the same force and effect as if included in the contract physically.-_,
10-41 SPONSOR. See definition above of "Owner."
10-42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls,
cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes,
lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings;
vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise r r
classified herein.
10-43 SUBGRADE. The soil that forms the pavement foundation.
10-44 SUPERINTENDENT. The Contractor's executive representative who is present on the work
during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise
and direct the construction. R .
10-45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the
Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or {
any major contract item, by more than 25 percent, such increased or decreased work being within the
scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded J
contract.
10-46 SURETY. The corporation, partnership, or individual, other than the Contractor, executing
payment or performance bonds that are furnished to the Owner by the Contractor.
10-47 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air
operations area of an airport that has been designated by competent airport authority for movement of
aircraft to and from the airport's runways or aircraft parking areas.
10-48 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or
convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans,
and specifications.
10-49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or
Sunday on which the normal working forces of the Contractor may proceed with regular work for at least
6 hours toward completion of the contract when work is suspended for causes beyond the Contractor's
control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work,
requiring the presence of an inspector, will be considered as working days.
END OF SECTION 10
Eastport Industrial Area GP-4 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (Notice to Bidders).
See Notice and/or Instruction to Bidders found previously in the project documents.
20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory
evidence of his/her competency to perform the proposed work. Such evidence of competency, unless
otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a
list of equipment that would be available for the work, and a list of key personnel that would be
available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial
responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a
confidential statement or report of the bidder's financial resources and liabilities as of the last calendar
year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public
accountant. At the time of submitting such financial statements or reports, the bidder shall further certify
whether his/her financial responsibility is approximately the same as stated or reported by the public
accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public
accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such
qualified statement or report is submitted to the Owner.
Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway
Division and is on the current "bidder's list" of the state in which the proposed work is located. Such
evidence of State Highway Division prequalification may be submitted as evidence of financial
responsibility in lieu of the certified statements or reports hereinbefore specified.
Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the
Owner at the time of bid opening.
20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms.
All papers bound with or attached to the proposal forms are necessary parts and must not be detached.
The plans specifications, and other documents designated in the proposal form shall be considered a part
of the proposal whether attached or not.
20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a
proposal form to a prospective bidder should such bidder be in default for any of the following reasons:
a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited,
or otherwise included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in
force (with the Owner) at the time the Owner issues the proposal to a prospective bidder.
c. Contractor default under previous contracts with the Owner.
d. Unsatisfactory work on previous contracts with the Owner.
20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of
quantities of work to be done and materials to be furnished under these specifications is given in the
proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for
Eastport Industrial Area GP-5 August 2008
H9, Water System Improvements
9/29/2007 AC 150/5370-IOC
comparison of proposals and the award of the contract. The Owner does not expressly or by implication
agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead
misunderstanding or deception because of such estimates of quantities, or of the character, location, or
other conditions pertaining to the work. Payment to the Contractor will be made only for the actual
i
quantities of work performed or materials furnished in accordance with the plans and specifications. It is
understood that the quantities may be increased or decreased as hereinafter provided in the subsection
titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the
unit bid prices.
20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to
carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms.
i
He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to
be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be
prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be
�y F
encountered in performing the work and as to the requirements of the proposed contract, plans, and
specifications.
-T
20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms
'
furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where
indicated for each and every item for which a quantity is given. The bidder shall state the price (written
in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the
proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall
govern.
The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual,
his/her name and post office address must be shown. If made by a partnership, the name and post office
, -
address of each member of the partnership must be shown. If made by a corporation, the person signing
the proposal shall give the name of the state under the laws of which the corporation was chartered and
J
the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a
proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon
the firtn or corporation.
20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons:
a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is
altered, or if any part of the proposal form is detached.
b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind-
i
that make the proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the
case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.
d. If the proposal contains unit prices that are obviously unbalanced.
is
e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such
r
waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the
letting of construction contracts.
i
Eastport Industrial Area GP-6 August 2008
Water System Improvements
f_,
9/29/2007 AC 150/5370-IOC
20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other
specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral,
shall be made payable to the Owner.
20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope
plainly marked with the project number, location of airport, and name and business address of the bidder
on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above,
should be enclosed in an additional envelope. No proposal will be considered unless received at the place
specified in the advertisement before the time specified for opening all bids. Proposals received after the
bid opening time shall be returned to the bidder unopened.
20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by
withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for
withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids.
Revised proposals must be received at the place specified in the advertisement before the time specified
for opening all bids.
20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the
time and place specified in the advertisement. Bidders, their authorized agents, and other interested
persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or
received after the time specified for opening bids shall be returned to the bidder unopened.
20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the
following reasons:
a. Submitting more than one proposal from the same partnership, firm, or corporation under the same
or different name.
b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified
as bidders for any future work of the Owner until any such participating bidder has been reinstated by the
Owner as a qualified bidder.
c. If the bidder is considered to be in "default" for any reason specified in the subsection titled
ISSUANCE OF PROPOSAL FORMS of this section.
END OF SECTION 20
Eastport Industrial Area GP-7 August 2008
Water System Improvements
AC 150/5370-IOC
I
SECTION 30 d -
AWARD AND EXECUTION OF CONTRACT
30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they
will be compared on the basis of the summation of the products obtained by multiplying the estimated
quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy
between unit bid prices written in words and unit bid prices written in numbers, the unit price written in
words shall govern.
Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of
the following reasons:
a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of
Section 20.
b. If the bidder is disqualified for any of the reasons specified in the subsection titled
DISQUALIFICATION OF BIDDERS of Section 20.
In addition, until the award of a contract is made, the Owner reserves the right to reject any or all
proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance
with applicable state and local laws or regulations pertaining to the letting of construction contracts;
advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the
Owner's best interests.
30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within
60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein.
Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal
conforms to the cited requirements of the Owner.
30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without
liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully
executed by all parties and is approved by the Owner in accordance with the subsection titled
APPROVAL OF CONTRACT of this section.
30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two
lowest bidders, will be returned immediately after the Owner has made a comparison of bids as
hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section.
Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is
made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful
bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified
in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section.
30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the
successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the
bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that
may be incurred by reason of the Contractor's performance of the work. The surety and the form of the
bond or bonds shalt be acceptable to the Owner. Unless otherwise specified in this subsection, the surety
bond or bonds shall be in a sum equal to the full amount of the contract.
30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary
agreements for entering into the contract and return such signed contract to the owner, along with the
Eastport Industrial Area GP-9 August 2008
Water System Improvements
AC 150/5370-IOC
fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF
CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise
delivered to the successful bidder. If the contract is mailed, special handling is recommended.
30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that
have been executed by the successful bidder, the Owner shall complete the execution of the contract in
accordance with local laws or ordinances, and return the fully executed contract to the Contractor.
Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound
by the successful bidder's proposal and the terms of the contract.
30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the
contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the
subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for
cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of
damages to the Owner.
END OF SECTION 30
Eastport Industrial Area GP-10
Water System Improvements
August 2008
Ly
i'
9/29/2007 AC 150/5370-IOC
SECTION 40
SCOPE OF WORK
40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and
completion, in every detail, of the work described. It is further intended that the Contractor shall furnish
all labor, materials, equipment, tools, transportation, and supplies required to complete the work in
accordance with the plans, specifications, and terms of the contract.
40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right
to make such alterations in the work as may be necessary or desirable to complete the work originally
intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby
authorized to make such alterations in the work as may increase or decrease the originally awarded
contract quantities, provided that the aggregate of such alterations does not change the total contract cost
or the total cost of any major contract item by more than 25 percent (total cost being based on the unit
prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent
limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept
payment for such alterations as if the altered work had been a part of the original contract. These
alterations that are for work within the general scope of the contract shall be covered by "Change Orders"
issued by the Engineer. Change orders for altered work shall include extensions of contract time where,
in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added
work.
Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified,
such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor
are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the
owner reserves the right to terminate the contract with respect to the item and make other arrangements
for its completion.
40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any
contract item, except major contract items. Major contract items may be omitted by a supplemental
agreement. Such omission of contract items shall not invalidate any other contract provision or
requirement.
Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid
for all work performed toward completion of such item prior to the date of the order to omit such item.
Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR
OMITTED ITEMS of Section 90.
40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform
an item of work for which no basis of payment has been provided in the original contract or previously
issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work
that is within the general scope of the contract shall be covered by written change order. Change orders
for such Extra Work shall contain agreed unit prices for performing the change order work in accordance
with the requirements specified in the order, and shall contain any adjustment to the contract time that, in
the Engineer's opinion, is necessary for completion of such Extra Work.
40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of
aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is
understood and agreed that the Contractor shall provide for the free and unobstructed movement of
aircraft in the air operations areas of the airport with respect to his/her own operations and the operations
of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of
Eastport Industrial Area GP -II August 2008
Water System Improvements
_,
9/29/2007 AC 150/5370-IOC
Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted
operation of visual and electronic signals (including power supplies thereto) used in the guidance of
aircraft while operating to, from, and upon the airport as specified in the subsection titled
CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in
Section 70.
With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor
shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment;
vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft,
fire -rescue equipment, or maintenance vehicles at the airport.
When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway
during the Contractor's performance of work that is otherwise provided for in the contract, plans, and
specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide
such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and
maintain barricades, warning signs, flagperson, and other traffic control devices in reasonable conformity
with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United
States Government Printing Office), unless otherwise specified herein. The Contractor shall also
construct and maintain in a safe condition any temporary connections necessary for ingress to and egress
from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the
Contractor will not be required to furnish snow removal for such existing road, street, or highway.
The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals
necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection.
The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured
or paid for directly, but shall be included in the various contract items.
40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the
established lines, grades, or grading sections shall be removed by the Contractor, unless such existing
structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place,
reused in the work or to remain in place. The cost of removing such existing structures shall not be
measured or paid for directly, but shall be included in the various contract items.
Should the Contractor encounter an existing structure (above or below ground) in the work for which the
disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure.
The disposition of existing structures so encountered shall be immediately determined by the Engineer in
accordance with the provisions of the contract.
Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE
WORK of this section, it is intended that all existing materials or structures that may be encountered
(within the lines, grades, or grading sections established for completion of the work) shall be utilized in
the work as otherwise provided for in the contract and shall remain the property of the Owner when so
utilized in the work.
40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor
encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the
established lines, grades, or grading sections, the use of which is intended by the terms of the contract to
be either embankment or waste, he may at his/her option either:
Eastport Industrial Area GP-12 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
i +
a. Use such material in another contract item, providing such use is approved by the Engineer and is
in conformance with the contract specifications applicable to such use; or,
b. Remove such material from the site, upon written approval of the Engineer; or
c. Use such material for his/her own temporary construction on site; or,
d. Use such material as intended by the terms of the contract.
Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in
advance of such use.
Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall
be paid for the excavation or removal of such material at the applicable contract price. The Contractor
shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of
material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that
such replacement material is needed to complete the contract work. The Contractor shall not be charged
for his/her use of such material so used in the work or removed from the site.
Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the
applicable contract price, for furnishing and installing such material in accordance with requirements of
the contract item in which the material is used.
It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her
exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a
structure which is located outside the lines, grades, or grading sections established for the work, except
where such excavation or removal is provided for in the contract, plans, or specifications.
40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment
will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded
materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and
woods within the limits indicated and shall leave the site in a neat and presentable condition. Material
cleared from the site and deposited on adjacent property will not be considered as having been disposed
of satisfactorily, unless the Contractor has obtained the written permission of such property owner.
END OF SECTION 40
Eastport Industrial Area GP-13 August 2008
Water System Improvements
AC 150/5370-IOC
t-J SECTION 50
CONTROL OF WORK
50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which
may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner
of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as
to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the
amount and quality of the several kinds of work performed and materials furnished which are to be paid
for the under contract.
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials
furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections,
dimensions, material requirements, and testing requirements that are specified (including specified
tolerances) in the contract, plans or specifications.
If the Engineer finds the materials furnished, work performed, or the finished product not within
reasonably close conformity with the plans and specifications but that the portion of the work affected
will, in his/her opinion, result in a fmished product having a level of safety, economy, durability, and
workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected
work be accepted and remain in place. In this event, the Engineer will document his/her determination
and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract
price for the affected portion of the work. The Engineer's determination and recommended contract price
adjustments will be based on good engineering judgment and such tests or retests of the affected work as
are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications
(change order or supplemental agreement) as applicable.
If the Engineer finds the materials furnished, work performed, or the finished product are not in
reasonably close conformity with the plans and specifications and have resulted in an unacceptable
finished product, the affected work or materials shall be removed and replaced or otherwise corrected by
and at the expense of the Contractor in accordance with the Engineer's written orders.
For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as
waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and
specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict
compliance with the requirements of the contract, plans, and specifications during the Contractor's
prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an
acceptable finished portion of the work.
For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the
Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her
determinations as to acceptance of work that is not in strict conformity but will provide a finished product
equal to or better than that intended by the requirements of the contract, plans and specifications.
The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or
procedures of construction or the safety precautions incident thereto.
50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans,
specifications, and all referenced standards cited are essential parts of the contract requirements. A
requirement occurring in one is as binding as though occurring in all. They are intended to be
complementary and to describe and provide for a complete work. In case of discrepancy, calculated
dimensions will govern over scaled dimensions; contract technical specifications shall govern over
contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory
Eastport Industrial Area GP-15 August 2008
Water System Improvements
AC 150/5370-IOC
circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and
cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited
FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General
Provisions or Technical Specifications, the Special Provisions shall govern.
The Contractor shall not take advantage of any apparent error or omission on the plans or specifications.
In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon
the Engineer for his/her interpretation and decision, and such decision shall be final.
LIST OF SPECIAL PROVISIONS
Administrative and procedural requirements for:
Owner
Airport Operations Security
Preconstruction Conference.
Project Sequence
Project Signs.
Contractor's Superintendent's Field Office.
Contractor Responsibilities
Project video.
Project photographs.
Water for Construction.
Historical and archeological fords.
Project Coordination.
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each
of the plans and specifications. He shall have available on the work at all times one copy each of the
plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor
for the cost of reproduction.
Eastport Industrial Area GP-16 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall
cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The
Contractor shall have a competent superintendent on the work at all times who is fully authorized as
_f his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding
the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her
1` authorized representative.
50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for
and perform other or additional work on or near the work covered by this contract.
When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her
work so as not to interfere with or hinder the progress of completion of the work being performed by
other Contractors. Contractors working on the same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her
contract and shall protect and save harmless the Owner from any and all damages or claims that may arise
because of inconvenience, delays, or loss experienced by him because of the presence and operations of
other Contractors working within the limits of the same project.
The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as
not to interfere with the operations of the other Contractors within the limits of the same project. He shall
join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence
to that of the others.
50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and
vertical control only. The Contractor must establish all layout required for the construction of the work.
50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Not Used.
50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be
authorized to inspect all work done and all material furnished. Such inspection may extend to all or any
part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors
are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized
to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. ,
Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of
any failure of the work or materials to conform to the requirements of the contract, plans, or specifications
and to reject such nonconforming materials in question until such issues can be referred to the Engineer
for his/her decision.
50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be
subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and
shall be furnished with such information and assistance by the Contractor as is required to make a
complete and detailed inspection.
If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or
uncover such portions of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the specifications. Should the work thus
exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or
making good of the parts removed will be paid for as extra work; but should the work so exposed or
Eastport Industrial Area GP-17 August 2008
Water System Improvements
i__
9/29/2007 AC 150/5370-IOC
i
examined rove unacceptable, the uncovering, or removing, and the replacing of the covering or making
P P g, g, P g g g
good of the parts removed will be at the Contractor's expense.
Any work done or materials used without supervision or inspection by an authorized representative of the
Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's
representative failed to inspect after having been given reasonable notice in writing that the work was to
be performed.
t
Should the contract work include relocation, adjustment, or any other modification to existing facilities,
not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall
have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to
the contract, and shall in no way interfere with the rights of the parties to this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not
i
conform to the requirements of the contract, plans, and specifications will be considered unacceptable,
unless otherwise determined acceptable by the Engineer as provided in • the subsection titled
CONFORMITY WITH PLANS AND SPECIFICATIONS of this section.
Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through
carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed
immediately and replaced in an acceptable manner in accordance with the provisions of the subsection£
titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
No removal work made under provision of this subsection shall be done without lines and grades having
been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond
the lines shown on the plans or as given, except as herein specified, or any extra work done without
authority, will be considered as unauthorized and will not be paid for under the provisions of the contract.
Work so done may be ordered removed or replaced at the Contractor's expense.
Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under'
the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be.
}
remedied or removed and replaced and unauthorized work to be removed and to deduct the costs
(incurred by the Owner) from any monies due or to become due the Contractor.
50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the
hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the
Contractor of liability for damage that may result from the moving of material or equipment.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work
during construction and until the work is accepted. This maintenance shall constitute continuous and
effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained
{
in satisfactory condition at all times.
In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the
Contractor shall maintain the previous course or subgrade during all construction operations.
'
All costs of maintenance work during construction and before the project is accepted shall be included in
r;
t
the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount
for such work.
t
Eastport Industrial Area GP-18 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain
the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this
section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification
u shall specify a reasonable time within which the Contractor shall be required to remedy such
unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that
exists.
Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work
necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency
that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to
become due the Contractor.
50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor
substantially completes a usable unit or portion of the work, the occupancy of which will benefit the
Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon
inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept
it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such
partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the
contract.
50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the
entire project, the Engineer and Owner will make an inspection. If all construction provided for and
contemplated by the contract is found to be completed in accordance with the contract, plans, and
specifications, such inspection shall constitute the final inspection. The Engineer shall notify the
Contractor in writing of final acceptance as of the date of the final inspection.
If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer
will give the Contractor the necessary instructions for correction of same and the Contractor shall
immediately comply with and execute such instructions. Upon correction of the work, another inspection
will be made which shall constitute the final inspection, provided the work has been satisfactorily
completed. In such event, the Engineer will make the final acceptance and notify the Contractor in
writing of this acceptance as of the date of final inspection.
50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that
additional compensation is due him for work or materials not clearly provided for in the contract, plans,
or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her
intention to claim such additional compensation before he begins the work on which he bases the claim.
If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for
keeping strict account of actual cost as required, then the Contractor hereby'agrees to waive any claim for
such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept
account of the cost of the work shall not in any way be construed as proving or substantiating the validity
of the claim. When the work on which the claim for additional compensation is based has been
completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who
will present it to the Owner for consideration in accordance with local laws or ordinances.
END OF SECTION 50
Eastport Industrial Area GP-19 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
Eastport Industrial Area GP-20 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work
shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified,
such materials that are manufactured or processed shall be new (as compared to used or reprocessed).
60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all
materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation
in the work.
END OF SECTION 60
Eastport Industrial Area GP-21 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
SECTION 70
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state
laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having
any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or
which in any way affect the conduct of the work. He shall at all times observe and comply with all such
laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all
his/her officers, agents, or servants against any claim or liability arising from or based on the violation of
any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees.
70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses,
pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful
prosecution of the work.
70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or
desires to use any design, device, material, or process covered by letters of patent or copyright, he shall
provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the
surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any
and all claims for infringement by reason of the use of any such patented design, device, material or
process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and
damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution
or after the completion of the work.
70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right
to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA
or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another
government agency at any time during the progress of the work. To the extent that such construction,
reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is
indicated as follows:
NOT APPLICABLE
Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or
otherwise disturb such utility services or facilities located within the limits of the work without the
written permission of the Engineer.
Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of
another government agency be authorized to construct, reconstruct, or maintain such utility service or
facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and
performing the work in this contract so as to facilitate such construction, reconstruction or maintenance
by others whether or not such work by others is listed above. When ordered as extra work by the
Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized
work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood
and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized
work by others or for any delay to the work resulting from such authorized work.
70-05 FEDERAL AID PARTICIPATION. NOT APPLICABLE
70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and
maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be
Eastport Industrial Area GP-23 August 2008
Water System Improvements
s_
9/29/2007 AC 150/5370-IOC
necessary to comply with the requirements of the state and local Board of Health, or of other bodies or
tribunals having jurisdiction.
Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety
and health standards. The Contractor shall not require any worker to work in surroundings or under
conditions that are unsanitary, hazardous, or dangerous to his/her health or safety.
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and
those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public.
Under all circumstances, safety shall be the most important consideration.
The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with
respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with
the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit
such operations for the convenience and safety of the traveling public as specified in the subsection titled
LIMITATION OF OPERATIONS of Section 80 hereinafter.
70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall
furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect
the public and the work. When used during periods of darkness, such barricades, warning signs, and
hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and
markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless
otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs,
and markings shall be paid for under Section 40-05.
For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning
signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform
Traffic Control Devices for Streets and Highways (published by the United States Government Printing
Office).
When the work requires closing an air operations area of the airport or portion of such area, the
Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to
the requirements of AC 150/5340-1, Standards for Airport Markings.
The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches,
excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to
the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance
to AC 150/5370-2, Operational Safety on Airports During Construction.
The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable
conformance to AC 150/5370-2.
The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to
commencing work that requires such erection and shall maintain the barricades, warning signs, and
markings for hazards until their dismantling is directed by the Engineer.
Open -flame type lights shall not be permitted within the air operations areas of the airport.
70-09 USE OF EXPLOSIVES. Use of explosives shall not be permitted.
Eastport Industrial Area GP-24 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
is
70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The `
Contractor shall be responsible for the preservation of all public and private property, and shall protect
carefully from disturbance or damage all land monuments and property markers until the Engineer has
witnessed or otherwise referenced their location and shall not move them until directed. k,
The Contractor shall be responsible for all damage or injury to property of any character, during the
prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or
method of executing the work, or at any time due to defective work or materials, and said responsibility
will not be released until the project shall have been completed and accepted.
When or where any direct or indirect damage or injury is done to public or private property by or on
account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of
the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a
condition similar or equal to that existing before such damage or injury was done, by repairing, or
otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable
manner.
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save
harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of
any character brought because of any injuries or damage received or sustained by any person, persons, or
property on account of the operations of the Contractor; or on account of or in consequence of any neglect
in safeguarding the work; or through use of unacceptable materials in constructing the work; or because
of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts
recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts
arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or
decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary
by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due,
his/her surety may be held until such suit(s), action(s), or claim(s) for injuries or damages as aforesaid
shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due
the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is
adequately protected by public liability and property damage insurance.
70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties
executing the contract that it is not intended by any of the provisions of any part of the contract to create
the public or any member thereof a third party beneficiary or to authorize anyone not a party to the
contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of
the contract.
70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the
Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to
completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on
the plans. When so specified, the Contractor shall complete such portions of the work on or before the
date specified or as otherwise specified.
70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written
acceptance of the entire completed work, excepting only those portions of the work accepted in
accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have
the charge and care thereof and shall take every precaution against injury or damage to any part due to the
action of the elements or from any other cause, whether arising from the execution or from the non -
execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or
damages to any portion of the work occasioned by any of the above causes before final acceptance and
Eastport Industrial Area GP-25 August 2008
Water System Improvements
i
i
3 9/29/2007 __. AC 150/5370-IOC
tJ shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control
of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as
earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the
public enemy or of government authorities.
70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF
OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY
OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility
service, FAA or NOAA, or a utility service of another government agency that may be authorized by the
owner to construct, reconstruct or maintain such utility services or, facilities during the progress of the
work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption
of such utility services and facilities.
To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of
another governmental agency are known to exist within the limits of the contract work, the approximate
locations have been indicated on the plans and the owners are indicated as follows:
CITY OF LUBBOCK
Airport
Deputy Director: Steve Nicholson, office # (806) 775-2036
Operations Supervisor: Renee Whicker, office # (806) 775-3144, cell # (806) 787-1027
Field Maintenance: Steve Hemmeline, office # (806) 775-2040, cell # (806) 777-7034
Water Department
Locate: David Ockerman, office # (806) 775-3161, cell # (806) 548-4152
Emergency: Randy Rathael, office # (806) 775-2950, cell # (806) 458-4167
LP&L
Locate: Greg Pillow, cell # (806) 777-0416
Emergency: (806) 775-2555
The following utilities are contacted through DIG-TESS 1-800-344-8377
ATMOS ENERGY
Emergency # 1-800-692-4694
AT&T
Emergency # 1-800-286-8313
XCEL
Emergency # 1-800-895-19"
South Plains Electric Cooperative
Emergency # 1-800-344-8377
It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the
location information relating to existing utility services, facilities, or structures that may be shown on the
plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the
Contractor of his/her responsibility to protect such existing features from damage or unscheduled
interruption of service.
It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the
owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in
Eastport Industrial Area GP-26 August 2008
Water System Improvements
. x
9/29/2007 AC 150/5370-IOC
writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the
1
subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy
-,
of each notification shall be given to the Engineer.
In addition to the general written notification hereinbefore provided, it shall be the responsibility of the
Contractor to keep such individual owners advised of changes in his/her plan of operations that would
affect such owners.
Prior to commencing the work in the general vicinity of an existing utility service or facility, the
F
Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion,
the owner's assistance is needed to locate the utility service or facility or the presence of a representative
of the owner is desirable to observe the work, such advice should be included in the notification. Such
notification shall be given by the most expeditious means to reach the utility owner's PERSON TO
CONTACT no later than two normal business days prior to the Contractor's commencement of operations
in such general vicinity. The Contractor shall furnish a written summary of the notification to the
Engineer.
The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to
' +
suspend the Contractor's operations in the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service have been located and staked on the ground,
the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90
cm) of such outside limits at such points as may be required to ensure protection from damage due to the
t '
Contractor's operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident or
otherwise, -he shall immediately notify the proper authority and the Engineer and shall take all reasonable
r E
measures to prevent further damage or interruption of service. The Contractor, in such events, shall
cooperate with the utility service or facility owner and the Engineer continuously until such damage has
been repaired and service restored to the satisfaction of the utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or facility
due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to
deduct such costs from any monies due or which may become due the Contractor, or his/her surety.
70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the
construction limits of the project may include existing facilities and buried cable runs that are owned,
operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall
i
comply with the following:
a. The Contractor shall permit FAA maintenance personnel the right of access to the project work
site for purposes of inspecting and maintaining all existing FAA owned facilities.
b. The Contractor shall notify the above named FAA Airway Facilities Paint -of -Contact seven (7)
3
calendar days prior to commencement of construction activities in order to permit sufficient time to locate
and mark existing buried cables and to schedule any required facility outages.
c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above
named FAA Point -of -Contact a minimum of 48 hours prior to the time of the required outage.
S
Eastport Industrial Area GP-27 August 2008
Water System Improvements
s
9/29/2007 _ AC 150/5370-10
d. If prosecution of the project work results in damages to existing FAA equipment or cables, the
Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the
satisfaction of the above named FAA Point -of -Contact.
e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA
Point -of -Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences.
The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing
of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with
FAA Airway Facilities' specifications and require approval by the above named FAA Point -of -Contact as
a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities
restricts the location of where splices may be installed. If a cable splice is required in a location that is
not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new
cable that- eliminates the need for any splice.
70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -
way upon which the work is to be constructed in advance of the Contractor's operations.
70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract
provisions or in exercising any power or authority granted to him by this contract, there shall be no
liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either
personally or as an official of the Owner. It is understood that in such matters they act solely as agents
and representatives of the Owner.
70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will
expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance,
however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate
made before or after completion of the work, nor shall the Owner be precluded or stopped from
recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by
failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part
of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or
subsequent breach.
The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent
defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any
warranty or guaranty.
70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and
local laws and regulations controlling pollution of the environment. He shall take necessary precautions
to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other
harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter.
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this
subsection, the Contractor is advised that the site of the work is not within any property, district, or site,
and does not contain any building, structure, or object listed in the current National Register of Historic
Places published by the United States Department of Interior.
Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or
object that is incongruous with its surroundings, he shall immediately cease operations in that location
and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the
Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed.
Eastport Industrial Area GP-28 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or
historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate
contract modification (change order or supplemental agreement) as provided in the subsection titled
EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE
ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of
contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF
CONTRACT TIME of Section 80.
END OF SECTION'70
Eastport Industrial Area GP-29 August 2008
Water System Improvements
I-f
'° 9/29/2007 AC 150/5370-IOC
SECTION 80
PROSECUTION AND PROGRESS
80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the
work. The Contractor shall at all times when work is in progress be represented either in person, by a
qualified superintendent, or by other designated, qualified representative who is duly authorized to
receive and execute orders of the Engineer.
Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety,
shall be presented for the consideration and approval of the Owner, and shall be consummated only on the
written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts
with the Engineer.
80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the
Contractor will begin the construction and from which date contract time will be charged. The Contractor
shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in
the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in
advance of the time actual construction operations will begin.
80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit
his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice
to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish
major construction operations and to check on the progress of the work. The Contractor shall provide
sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with
the plans and specifications within the time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the
Engineer's request, submit a revised schedule for completion of the work within the contract time and
modify his/her operations to provide such additional materials, equipment, and labor necessary to meet
the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor
shall notify the Engineer at least 24 hours in advance of resuming operations.
80-04 LEMTATION OF OPERATIONS. The Contractor shall control his/her operations and the
operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed
movement of aircraft in the AIR OPERATIONS AREAS of the airport.
When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS
AREA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least
48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS
AREA until so authorized by the Engineer and until the necessary temporary marking and associated
lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND
HAZARD MARKINGS of Section 70.
When the contract work requires the Contractor to work within an AIR OPERATIONS AREA (AOA) of
the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA),
the Contractor shall maintain constant communications as hereinafter specified; immediately obey all
instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work
in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey
instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA
until the satisfactory conditions are provided. The following AIR OPERATIONS AREA cannot be
Eastport Industrial Area GP-31 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
1'
closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore `
be closed to aircraft operations intermittently as follows:
THIS PROJECT WILL NOT REQUIRE WORK TO BE PERFORMED WITHIN THE AOA
Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational
Safety on Airports During Construction (See Special Provisions).
80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors'z
operations shall be conducted in accordance with the project safety plan and the provisions set forth
within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract
documents conveys minimum requirements for operational safety on the airport during construction
activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the
requirements presented within the safety plan.
The Contractor shall implement all necessary safety plan measures prior to commencement of any work
activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance
with the safety plan measures.
The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project.
�.
The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan
and that they implement and maintain all necessary measures.
No deviation or modifications may be made to the approved safety plan unless approved in writing by the
J
Owner or Engineer.
Pi
80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all
times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner
and time required by the contract, plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience in such work and in the
operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational regulations
-
and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is
intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the
1
Contractor or subcontractor employing such person, and shall not be employed again in any portion of the
work without approval of the Engineer.
Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient
personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice
until compliance with such orders.
All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical
condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment
used on any portion of the work shall be such that no injury to previously completed work, adjacent
property, or existing airport facilities will result from its use.
s
Eastport Industrial Area GP-32 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
When the methods and equipment to be used by the Contractor in accomplishing the work are not
prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the
work in conformity with the requirements of the contract, plans, and specifications.
When the contract specifies the use of certain methods and equipment, such methods and equipment shall
be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of
equipment other than specified in the contract, he may request authority from the Engineer to do so. The
request shall be in writing and shall include a full description of the methods and equipment proposed and
of the reasons for desiring to make the change. If approval is given, it will be on the condition that the
Contractor will be fully responsible for producing work in conformity with contract requirements. If,
after trial use of the substituted methods or equipment, the Engineer determines that the work produced
does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or
equipment and shall complete the remaining work with the specified methods and equipment. The
Contractor shall remove any deficient work and replace it with work of specified quality, or take such
other corrective action as the Engineer may direct. No change will be made in basis of payment for the
contract items involved nor in contract time as a result of authorizing a change in methods or equipment
under this subsection.
80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to
suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to
unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the
work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders
given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen
cause not otherwise provided for in the contract and over which the Contractor has no control, the
Contractor may be reimbursed for actual money expended on the work during the period of shutdown.
No allowance will be made for anticipated profits. The period of shutdown shall be computed from the
effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to
resume the work. Claims for such compensation shall be filed with the Engineer within the time period
stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information
substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the
Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be
construed as entitling the Contractor to compensation for delays due to inclement weather, for
suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans,
or specifications.
If it should become necessary to suspend work for an indefinite period, the Contractor shall store all
materials in such manner that they will not become an obstruction nor become damaged in any way. He
shall take every precaution to prevent damage or deterioration of the work performed and provide for
normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide
for traffic on, to, or from the airport.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or
working days allowed for completion of the work shall be stated in the proposal and contract and shall be
known as the CONTRACT TIME.
Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted
as follows:
Eastport Industrial Area GP-33 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The
Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days
charged against the contract time during the week and the number of working days currently specified for
completion of the contract (the original contract time plus the number of working days, if any, that have f
been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering
EXTRA WORK).
The Engineer shall base his/her weekly statement of contract time charged on the following
considerations:
(1) No time shall be charged for days on which the Contractor is unable to proceed with the
principal item of work under construction at the time for at least 6 hours with the normal work force
employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be
used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the
Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of
the principal item of work under construction or temporary suspension of the entire work which have
been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the
contract time.
(2) The Engineer will not make charges against the contract time prior to the effective date of the
notice to proceed.
(3) The Engineer will begin charges against the contract time on the fast working day after the
effective date of the notice to proceed.
(4) The Engineer will not make charges against the contract time after the date of final
acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50.
(5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her
objections to the Engineer's weekly statement. If no objection is filed within such specified time, the
weekly statement shall be considered as acceptable to the Contractor.
The contract time (stated in the proposal) is based on the originally estimated quantities as described in
the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20.
Should the satisfactory completion of the contract require performance of work in greater quantities than
those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of
the actually completed quantities bears to the cost of the originally estimated quantities in the proposal.
Such increase in contract time shall not consider either the cost of work or the extension of contract time
that has been covered by change order or supplemental agreement and shall be made at the time of final
payment.
b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days
stated in the contract counting from the effective date of the notice to proceed and including all Saturdays,
Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the
Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be
excluded.
At the time of final payment, the contract time shall be increased in the same proportion as the cost of the
actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such
increase in the contract time shall not consider either cost of work or the extension of contract time that
Eastport Industrial Area GP-34 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
has been covered by a change order or supplemental agreement. Charges against the contract time will
cease as of the date of final acceptance.
c. When the contract time is a specified completion date, it shall be the date on which all contract
work shall be substantially completed.
If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the
contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at
any time prior to the expiration of the contract time as extended, make a written request to the Engineer
for an extension of time setting forth the reasons which he believes will justify the granting of his/her
request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be
supported with National Weather Bureau data showing the actual amount of inclement weather exceeded
which could normally be expected during the contract period. The Contractor's plea that insufficient time
was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed
because of conditions beyond the control and without the fault of the Contractor, he may extend the time
for completion in such amount as the conditions justify. The extended time for completion shall then be
in full force and effect, the same as though it were the original time for completion.
80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in
the contract, that any work remains uncompleted after the contract time (including all extensions and
adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF
CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages
will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted
sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of
damages including but not limited to additional engineering services that will be incurred by the Owner
should the Contractor fail to complete the work in the time provided in his/her contract.
Refer to SECTION 01010 SUMMARY OF WORK for details on allowed Construction time and
liquidated damages cost.
Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its
completion, or after the date to which the time for completion may have been extended, will in no way
operate as a wavier on the part of the Owner of any of its rights under the contract.
80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in
default of his/her contract and such default will be considered as cause for the Owner to terminate the
contract for any of the following reasons if the Contractor:
a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or
b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure
completion of work in accordance with the terms of the contract, or
c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
d. Discontinues the prosecution of the work, or
e. Fails to resume work which has been discontinued within a reasonable time after notice to do so,
or
Eastport Industrial Area GP-35 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or
h. Makes an assignment for the benefit of creditors, or
i. For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he
shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for
considering the Contractor in default and the Owner's intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay,
neglect, or default and the Contractor's failure to comply with such notice, have full power and authority
without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The
Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the
work and are acceptable and may enter into an agreement for the completion of said contract according to
the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be
required for the completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under
contract, will be deducted from any monies due or which may become due the Contractor. If such
expense exceeds the sum which would have been payable under the contract, then the Contractor and the
surety shall be liable and shall pay to the Owner the amount of such excess.
80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract
or portion thereof by written notice when the Contractor is prevented from proceeding with the
construction contract as a direct result of an Executive Order of the President with respect to the
prosecution of war or in the interest of national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the
contract, payment will be made for the actual number of units or items of work completed at the contract
price or as mutually agreed for items of work partially completed or not started. No claims or loss of
f
l
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included
in the contract) and moving equipment and materials to and from the job will be considered, the intent
-�
being that an equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in
_
the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown
by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer.
;
Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her
responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and
concerning any just claim arising out of the work performed.
?1
80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor
shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No
operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while
Eastport Industrial Area GP-36 August 2008
Water System Improvements
9/29/2007 AC 150/5370-IOC
it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure
safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles
shall be outside of the airport security perimeter. No equipment will be allowed to park within the
;.f approach area of an active runway at any time. No equipment shall be within the runway safety area at
any time.
END OF SECTION 80
Eastport Industrial Area GP-37 August 2008
Water System Improvements
1'
9/29/2007 AC 150/5370-IOC
SECTION 90
MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured
by the Engineer, or his/her authorized representatives, using United States Customary Units of
Measurement or the International System of Units.
The method of measurement and computations to be used in determination of quantities of material
furnished and of work performed under the contract will be those methods generally recognized as
conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made horizontally,
and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8
square meter) or less. Unless otherwise specified, transverse measurements for area computations will be
the neat dimensions shown on the plans or ordered in writing by the Engineer.
Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions.
Unless otherwise specified, all contract items which are measured by the linear foot such as electrical
ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or
foundation upon which such items are placed.
The term "lump sum" when used as an item of payment will mean complete payment for the work
described in the contract.
When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of
measurement, the unit will be construed to include all necessary fittings and accessories.
When the estimated quantities for a specific portion of the work are designated as the pay quantities in the
contract, they shall be the final quantities for which payment for such specific portion of the work will be
made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer.
If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities
for payment will be revised in the amount represented by the authorized changes in the dimensions.
90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in
the contract as full payment for furnishing all materials, for performing all work under the contract in a
complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising
out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled -
NO WAIVER OF LEGAL RIGHTS of Section 70.
When the "basis of payment" subsection of a technical specification requires that the contract price (price
bid) include compensation for certain work or material essential to the item, this same work or material
will not also be measured for payment under any other contract item which may appear elsewhere in the
contract, plans, or specifications.
90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work
vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract
items are concerned, payment at the original contract price for the accepted quantities of work actually
completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION
OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected
reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly
Eastport Industrial Area GP-38 August 2008
Water System Improvements
s vl
9/29/2007 AC 150/5370-IOC
ry
from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the
contract items, or from any other cause.
90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS
of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any
contract item, except major contract items, in the best interest of the Owner.
Should the Engineer omit or order nonperformance of a contract item or portion of such item from the
work, the Contractor shall accept payment in full at the contract prices for any work actually completed
and acceptable prior to the Engineer's order to omit or nonperform such contract item.
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the
Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the
property of the Owner.
In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual
costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's
order. Such additional costs incurred by the Contractor must be directly related to the deleted contract
item and shall be supported by certified statements by the Contractor as to the nature the amount of such
costs.
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in
accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices
or agreed prices specified in the change order or supplemental agreement authorizing the extra work.
When the change order or supplemental agreement authorizing the extra work requires that it be done by
force account, such force account shall be measured and paid for based on expended labor, equipment,
and materials plus a negotiated and agreed upon allowance for overhead and profit.
a. Miscellaneous. No additional allowance will be made for general superintendence, the use of
small tools, or other costs for which no specific allowance is herein provided.
b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of
force account work at the end of each day. Agreement shall be indicated by signature of the Contractor
and the Engineer or their duly authorized representatives.
c. Statement. No payment will be made for work performed on a force account basis until the
Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force
account work detailed as follows:
(1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and
foreman.
(2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of
machinery and equipment.
(3) Quantities of materials, prices, and extensions.
(4) Transportation of materials.
(5) Cost of property damage, liability and workman's compensation insurance premiums,
unemployment insurance contributions, and social security tax.
Eastport Industrial Area GP-39 August 2008
hi Water System Improvements
s
9/29/2007 AC 150/5370-IOC
Statements shall be accompanied and supported by a receipted invoice for all materials used and
transportation charges. However, if materials used on the force account work are not specifically
purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the
Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the
quantity claimed was actually used, and that the price and transportation claimed represent the actual cost
to the Contractor.
90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work
progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the
work performed and materials complete in place in accordance with the contract, plans, and
specifications. Such partial payments may also include the delivered actual cost of those materials
stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON
HAND of this section.
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment
based on quantities of work in excess of those provided in the proposal or covered by approved change
orders or supplemental agreements, except when such excess quantities have been determined by the
Engineer to be a part of the final quantity for the item of work in question.
No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality
or quantity. All partial payments are subject to correction at the time of final payment as provided in the
subsection titled ACCEPTANCE AND FINAL PAYMENT of this section.
90-07 PAYMENT FOR MATERIALS ON HAND. Not Used.
90-08 PAYMENT OF WITHHELD FUNDS. Not Used.
90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in
accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section "50, the
Contractor shall prepare the application for final payment for the items of work actually performed. The
Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of
final quantities to be paid within 30 calendar days of the Engineer's receipt of the Contractor's final
payment application.
END OF SECTION 90
LJ
Eastport Industrial Area GP40 August 2008
Water System Improvements
w 0
I
DIVISION 1
SECTION 01010
SUMMARY OF WORK
PART 1- GENERAL
1.1 SECTION INCLUDES
A. Project Description.
C. Permits and Licenses
D. Project Schedule
E. Warranty
1.2 RELATED SECTIONS
A. Section MP — Mandatory Provisions
B. Section GP — General Provisions.
C. Section 01011— Special Provisions.
1.3 PROJECT DESCRIPTION
A. This Project involves the change -out of deteriorated cast iron water pipelines in Airport
Industrial Area bounded by East Bluefield Street on the South, David Avenue on East
and the Airport tarmac on west and north. Major Work items in the Project include
installation of approximately 11,000-ft 8-in waterline, appurtenant valves and fire
hydrants, abandonment of existing waterlines and other items as detailed in the Contract
Documents.
1.4 PERMITS AND LICENCES
A. Contractors shall submit copies of all permits, licenses and similar permissions obtained,
and receipts for fees paid, to Engineer. List of such permits may include Stormwater
Pollution Prevention Plan, Traffic Control Plan, Airport security access licenses, Work
Permit in Right -of -Ways, and Fire Hydrant Meter Use Permit.
1.5 PROJECT SCHEDULE
A. The Work of this Project shall be substantially completed within 200 calendar days from
the date of the Notice to Proceed. There shall be $400 per day liquidated damages
assessed for each day that exceeds the 200 day limit.
B. Within five business day after the date of the Substantial Completion Certificate, the
Engineer shall issue a Final Punch List of items to be corrected prior to Final
Completion. Punch list items shall be completed within 50 calendar days from the date of
the Final Punch List. There shall be $200 day liquidated damages assessed for each day.
that exceeds the 50 day limit.
Eastport Industrial Area 01010-1 August 2008
Water System Improvements
1.6 WARRANTY
A. Contractor shall warrant 100 percent of the project for one (1) year after the date of
Substantial Completion Certificate.
PART 2—PRODUCTS
Not Used
PART 3 — EXECUTION
Not Used
END OF SECTION
Eastport Industrial Area 01010-2 August 2008
Water System Improvements
SECTION 01011
SPECIAL PROVISIONS
PART 1- GENERAL
1.1 SUMMARY
l
A. Section Includes:
1. Administrative and procedural requirements for:
1
1. Owner
2. Airport Operations Security
3. Preconstruction Conference.
4. Project Sequence
5. Project Signs.
6. Contractor's Superintendent's Field Office.
7. Contractor Responsibilities
8. Project video.
9. Project photographs.
10. Water for Construction.
11. Historical and archeological finds.
12. Project Coordination.
'
B. Related Sections include but not necessarily limited to:
1. Division 1— General Requirements
1.2 OWNER
A. Owner: City of Lubbock, 1625 13a` Street, Lubbock, Texas 79457
a. Owner's Representative:
Wood Franklin, P.E., City of Lubbock, P.O.Box 2000, Lubbock, Texas 79457
b. All correspondence, submittals, payment application shall be addressed to:
Zoltan Fekete, P.E., P.O. Box 2000, Lubbock, Texas 79457
1.3 AIRPORT OPERATIONS SECURITY
A. The following security guidelines and the rules and regulations of the Lubbock Preston Smith
International Airport Police Department (LBBPD) and Federal Aviation Administration (FAA)
shall be followed by all times by the Contractor and Contractor's agents at all times during the
execution of this project.
B. The Contractor shall be directly responsible for all fines or penalties levied against the Airport
because of any breach of security or safety caused by the Contractor or the Contractor's
employees, subcontractors, suppliers or representatives.
C. At least one responsible individual must pass all applicable background checks and training
courses prior to commencing any work inside the fence. Once this process is complete, the
individual will receive an airport -issued form of identification media that must be worn inside the
fence line at all times on their outer -most garment.
D. The identification media will be returned to Airport Operations Department upon completion of
the project or on the badge expiration date, whichever comes first.
E. The identification media will allow this individual to escort others onto the area immediately
inside the perimeter fence.
Eastport Industrial Area 01011-1 August 2008
Water System Improvements
I .
F. The individual with the identification media will be held accountable for the actions of all those
under escort and must be present at all times when escorted workers are inside the perimeter
fence. The background checks include a complete, verified 5-year employment check and a
Security Threat Assessment (STA) by TSA. When the individual clears the applicable
background checks they will attend and successfully complete an airport training course prior to
the receipt of airport -issued identification media.
G. Challenging Unauthorized Personnel or Vehicles: The Contractor and Contractor's employees,
subcontractors, and suppliers shall be responsible for challenging any persons or vehicles found
on the AOA or other non-public areas who is not displaying a valid LBBPD security badge or
p p Y� g ty g
who is not under escort or not under the direct supervision of a person possessing a valid security
1 a; badge.
1.4 PRECONSTRUCTION CONFERENCE
A. A Preconstruction Conference shall be held at time and place designated by the Owner.
B. Contractor's Project Manager and Project Superintendent shall attend.
1.5 PROJECT SEQUENCE
A. Contractor shall sequence construction as to minimize duration and frequency into AOA security
perimeter.
1.6 PROJECT SIGNS
A. Optional - Furnish and install project sign as approved by Owner.
B. Install in location approved by Owner.
C. Signs not listed in these Specifications permitted only upon approval of Owner.
1.7 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE
A. Optional — Contractor shall arrange for a site and all required utilities if a field office is desired.
B. Remove field office from site upon acceptance of the entire work by the Owner.
1.8 CONTRACTOR'S RESPONSIBILITIES
A.
Contractor shall submit to Engineer copies of approved SWPPP, Traffic Control Plan, Alley
Use Permit, Airport -issued form of identification media and other required licenses and permits.
B.
Contractor shall be responsible for staking and surveying from Owner established control points
C.
as required to complete Work.
Contractor shall restore any disturbed existing landscaping and irrigation systems to prior
condition.
D.
Contractor shall enlist services of a licensed plumber to perform all private side plumbing
beyond the meter as required by the most recent pluming code.
E.
Contractor shall backfill and compact all excavations in accordance with the most recent Design
and Construction Standard of the City of Lubbock. In place density test result shall be submitted
to Engineer no later than two working days from the time the test was performed.
F.
As -Built or Record Drawings:
1. Contractor shall maintain a record of Contract Documents in a safe place on Site with
written interpretation and clarifications in good order and annotated to show changes
made during construction.
2. Upon completion of the Work, completed record documents shall be delivered to
Engineer for Owner.
G.
Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connections with the Work.
Eastport Industrial Area 01011-2 August 2008
Water System Improvements
H. Contractor shall designate a qualified and experienced safety representative at the Site whose
duties and responsibilities shall be prevention of accidents and maintenance and supervision of
safety precautions and programs.
1.9 PROJECT VIDEO
A. With company of Owner's Representative, perform video recording along entire pipeline route
prior to construction and upon final approval:
B. Submit copies of each recording to Engineer.
1.10 PROJECT PHOTOGRAPHS
A. At least twice each month during construction of Work, take at least 10 but not more than 20
progress photographs as directed by the Owner's Representative. Refer to Section 01322.
1.11 WATER FOR CONSTRUCTION
A. Contractor shall pay deposit and secure fire hydrant meter from Owner for water. Refer to
Section 01140 Paragraph 1.6 and Appendix A.
1.12 HISTORICAL AND ARCHEOLOGICAL
A. If during the course of construction, evidence of deposits of historical or archeological interest is
found, the Contractor shall cease operations affecting the find and shall notify the Owner.
1.13 PROJECT COORDINATION:
A. Contractor's shall coordinate work with the following agencies:
CITY OF LUBBOCK
Airport -
Deputy Director: Steve Nicholson, office # (806) 775-2036
Operations Supervisor: Renee Whicker, office # (806) 775-3144, cell # (806) 787-1027
t_�
Field Maintenance: Steve Hemmeline, office # (806) 775-2040, cell # (806) 777-7034
Water Department -
Inspection / Locate: David Ockerman, office # (806) 775-3161, cell # (806) 548-4152
Emergency: Randy Rathael, office # (806) 775-2950, cell # (806) 458-4167
Water Meter Relocation: Paul Nolen, office # (806)775-2747 r
Fire Hydrant Meter Permit: Tammy Vander Kuy, office # ( 806 755-2989
Engineering: Zoltan Fekete, P.E., office # (806) 775-3317 )
Street Right -of -Way- i
Stephanie Nichols, office # (806) 775-3156
Traffic Engineering- l ,
Sharmon Owens, P.E., office # (806) 775-2134
Storm Water Engineering -
Mike Keenum, P.E., office # (806)775-2393
LP&L-
Locate: Greg Pillow, cell # (806) 777-0416
Emergency: (806) 775-2555
Eastport Industrial Area 01011-3 August 2008
Water System Improvements
The following utilities are contacted through DIG-TESS 1-800-344-8377
ATMOS ENERGY
Emergency # 1-800-692-4694
AT&T
Emergency # 1-800-286-8313
XCEL
Emergency # 1-800-895-1999
South Plains Electric Cooperative
Emergency # 1-800-344-8377
PART 2 — PRODUCTS
Not Used
PART 3 — EXECUTION
Not Used
END OF SECTION
Eastport Industrial Area 010114 August 2008
Water System Improvements
SECTION 01019
CONTRACT CONSIDERATIONS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Schedule of Values
B. Application for Payment
1.2 SCHEDULE OF VALUES
A. Submit a printed schedule on Engineer approved Contractor's form or electronic
media printout.
B. Submit Schedule of Values in duplicate within five (5) days after receiving the
bid tabulation.
C. Revise schedule to list approved Change Orders, with each Application for
Payment.
1.3 APPLICATIONS FOR PAYMENT
A. Submit five (5) copies of each application on Engineer approved Contractor's
form or electronic media printout.
B. Content and Format: Utilize Schedule of Values for listing items in Application
for Payment.
C. Payment Period: Monthly, submit application for payment on or about the 10`h
day of each month. Include an updated construction progress schedule, materials
received, and manifest.
D. Submit the following along with the application for final payment:
a. The documentation for the completed project.
b. Signed affidavit from a Notary Public that all claims on this job have been
settled and that all bills owed by the Contractor for the project including
materials and labor have been paid.
c. Contractor warranties for this job shall be signed and sealed by a Notary
Public.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
Eastport Industrial Area 01019-1 August 2007
Water System Improvements
L
r
�v
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1— GENERAL
A. The bid price on each item, as stated in the proposal, shall include furnishing all labor,
superintendence, machinery, equipment, and materials 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 for which no separate payment is made
shall be included in the prices on the various items.
1.1 UNIT COST ITEMS
Unit cost items, not otherwise included in this section to be paid for at unit cost per unit shall
include all work and materials involved in the installation within the limits designated on the
plans. Measurements shall be made in units shown on the Proposal Sheet. All work so included
shall be installed, constructed or performed as shown on the drawings and/or specified.
1.2 LUMP SUM ITEMS
Lump sum items to be paid for at a lump sum price per job shall include all work and materials
involved in the installation within the limits designated on the plans. No measurement of the
work or material included in such items will be made. All work s included shall be installed,
constructed or perfomed as shown on the drawings and specified herein.
1.3 FINAL CLEANUP (INCIDENTAL COST TO ALL BID ITEMS)
The Contractor shall make final cleanup of all parts of the work before final acceptance of the
work by the Owner. This cleanup shall include, among other things, removing all construction
material and in general preparing the site of the work in an orderly manner. The cost of cleanup
shall be included as part of the cost of the various work items of work involved and no direct
compensation will be made for this work.
1.4 UTILITY ADJUSTMENTS
No separate payment will be made for utility adjustments. The cost of adjusting or repairing
existing utilities shall be considered incidental to the applicable pay items.
1.5 SURVEYING
No separate payment shall be made for construction surveying. The cost of surveying shall be
included in the bid prices of the applicable pay items.
PART 2—PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
Eastport Industrial Area 01025-1 August 2008
Water System Improvements
j
f
SECTION 01028
CHANGE ORDER PROCEDURES
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Submittals
B. Documentation of change in Contract Sum/Price and Contract Time
C. Change procedures
D. Stipulated price change order
E. Unit price change order
F. Time and material change order
G. Execution of change orders
H. Correlation of Contractor submittals
1.2 RELATED SECTIONS
A. Document — General Contract Conditions
B. Section 01300 — Submittals: Work schedule
C. Section 01700 — Contract Closeout
1.3 SUBMITTALS
A. Submit name of the individual authorized to receive change documents, and be
responsible for informing others in Contractor's employ or Subcontractors of
changes to the Work.
B. Change Order Forms.
1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUMJPRICE AND CONTRACT
TIME
A. Maintain detailed records of work done on a time and material basis. Provide
full information required for evaluation of proposed changes, and to substantiate
costs of changes in the Work.
B. Document each quotation for a change in a cost or time with sufficient data to
allow evaluation of the quotation.
C. On request, provide additional data to support computations:
a. Quantities of products, labor, and equipment.
b. Taxes, insurance, and bonds.
c. Overhead and profit.
d. Justification for any change in Contract Time.
e. Credit for deletions from Contract, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material
basis, with additional information:
a. Origin and date of claim.
b. Dates and times work was performed, and by whom.
c. Time records and wage rates paid.
Eastport Industrial Area 01028-1 August 2008
Water System Improvements
i
d. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
1.5 CHANGE PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving an
adjustment to Contract Sum/Price or Contract Time as authorized by the Contract
by issuing supplemental instructions by letter.
B. The Engineer may issue a Proposal Request which includes a detailed description
of a proposed change with supplementary or revised Drawings and
specifications, a change in Contract Time for executing the change. The
Contractor will prepare and submit an estimate within seven (7) days.
C. The Contractor may propose a change by submitting a request for change to the
Engineer, describing the proposed change and its full effect on the Work, with a
statement describing the reason for the change, and the effect on the Contract
Sum/Price and Contract Time with full documentation and a statement describing
the effect on Work by separate or other contractors.
1.6 CONSTRUCTION CHANGE AUTHORIZATION
A. The Engineer may issue a document, signed by the Owner, instructing the
Contractor to proceed with a change in the Work, for subsequent inclusion in a
Change Order.
B. The document will describe changes in the Work, and will designate method of
determining any change in Contract Sum/Price or Contract Time.
C. Promptly execute the change in the Work.
1.7 STIPULATED PRICE CHANGE ORDER
A. Based on Proposal Request and Contractor's maximum price quotation or
Contractor's request for a Change Order as approved by the Engineer.
1.8 UNIT PRICE CHANGE ORDER
A. For pre -determined unit prices and quantities, the Change Order will be executed
on a fixed unit price basis.
B. For unit costs or quantities of units of work which are not pre -determined,
execute Work under a Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified
for Time and Material Change Order.
1.9 TIME AND MATERIAL CHANGE ORDER
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.
1.10 EXECUTION OF CHANGE ORDERS
Eastport Industrial Area 01028-2 August 2008
Water System Improvements
A. Execution of Change Order: The Engineer will issue Change Orders for
signatures of parties as provided in the Conditions of the Contract.
1.11 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to
records each authorized Change Order as a separate line item and adjust the
Contract Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise
sub -schedules to adjust time for other items of work affected by the change, and
resubmit.
C. Promptly enter changes in Project Record Documents.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
Eastport Industrial Area 01028-3 August 2008
Water System Improvements
SECTION 01140
WORK RESTRICTIONS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Use or premises
B. Special scheduling requirements
C. Working period
D. Water for construction
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions
and other Division 1 Specification Sections, apply to this Section.
1.3 USE OF PREMISES
A. Use of site: Limit use of premises to work in areas indicated. Do not disturb
portions of site beyond areas in which the Work is indicated.
a. Limits: Confine construction operations to within the limits of the
construction easement or right-of-way as shown on plans.
b. Driveways and Entrances: Keep driveways and entrances serving premises
clear and available to employees and emergency vehicles at all times, except
when construction is immediately at that vicinity. Do not use these areas for
parking or storage of materials.
i. Schedule construction to minimize obstruction of driveways and
entrances.
ii. Provide commercial and industrial occupants with at least one (1)
driveway suitable for traffic in and out of the location when
obstructions are inevitable. Some additional requirements are noted
on the plans for some affected driveways.
1.4 SPECIAL SCHEDULING REQUIREMENTS
A. Have materials, equipment, and personnel required to perform the work at the
site prior to the commencement of the Work.
B. Permission to interrupt a utility service shall be requested in writing a minimum
of fourteen (14) calendar days prior to the desired date of interruption.
C. The work under this contract requires special attention to the scheduling and
conduct of the work in connection with the existing operations. Identify on the
construction schedule each factor which constitutes a potential interruption to
operations.
1.5 WORKING PERIOD
Eastport Industrial Area 01140-1 August 2008
Water System Improvements
A. Working Hours: Regular working hours shall be within a thirteen (13) hour
period between 7:00 a.m. and 8:00 p.m., Monday through Friday. Work on ,
Saturdays and Sundays must be authorized by the Engineer as noted in paragraph
1.5.B. The Owner reserves the right, at the Owner's discretion, to disallow work
when it interferes with holiday times and traffic. No work shall be performed on
the following holiday periods or days: '
a. New Year's Day
b. Good Friday Holiday
c. Memorial Day Holiday
d. Independence Day Holiday
e. Labor Day Holiday
f. Thanksgiving Day Holiday plus the day before and the three days following
Thanksgiving Day.
g. Christmas Week. If Christmas Day falls on Saturday, this will be defined as
the week leading to Christmas Day. If Christmas Day falls on Sunday, this
will be defined as the week following Christmas Day plus the Friday and
Saturday prior to Christmas Day.
B. Work outside Regular Hours: Work outside regular working hours requires the
Engineer's approval. Make application three (3) calendar days prior to such
work to allow arrangements to be made by the Engineer for inspecting the work
in progress, giving the specific dates, hours, location, type of work to be {
performed, contract number, project title, and state that the Contractor agrees to
pay the City for the related personnel expenses including salary, overtime, and
benefits. Based on the justification provided, the Engineer may approve work IJ
outside regular hours. During periods of darkness, the different parts of the work
shall be lighted in a manner approved by the Engineer. Lighting shall be such
that it does not cause nuisance conditions.
1.6 WATER FOR CONSTRUCTION
A. Obtaining Fire Hydrant Meter for construction is the Contractor's responsibility.
B. Owner shall pay for water used by Contractor for construction purposes.
C. Water is available from the potable water system of the City of Lubbock for
construction purposes. The Contractor shall make such arrangements directly
with the City of Lubbock Water Utilities Department.
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.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.1 Not Used
END OF SECTION
Eastport Industrial Area 01140-2 August 2008
Water System Improvements
1
SECTION 01300
SUBMITTAL PROCEDURES
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Submittal procedures
B. Construction progress schedules
C. Proposed products list
D. Shop drawings
E. Product data
F. Samples
G. Manufacturers' instructions
H. Manufacturers' certificates
I. Construction photographs
1.2 RELATED SECTIONS
A. Section 01700 — Contract Closeout
1.3 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter including
Contractor's name, address, and phone number.
B. Identify Project, Contractor, Subcontractors or Suppliers; pertinent Drawings
sheet and detail number(s), and specification Section number, as appropriate.
C. Schedule submittals to expedite the Project, and deliver to Engineer at his
business address. Coordinate submission of related items.
a. The Owner and Engineer reserve the right to withhold action on a submittal
requiring coordination with other submittals until related submittals are
received.
D. Allow enough time for submittal review, including time for resubmittals, as
follows. Time for review shall commence on the Owner or Engineer's receipt of
submittal.
a. Allow fifteen (15) days for initial review of each submittal. Allow additional
time if processing must be delayed to permit coordination with subsequent
submittals. The Owner or Engineer will advise the Contractor when a
submittal being processed must be delayed for coordination.
b. If more than five (5) submittals are transmitted for review within any five (5)
day period, the time allowed for review will be increased to twenty-one (21)
days.
c. Where concurrent review of submittals by the Engineer, Owner, or other
parties is required, allow twenty-one (21) days for initial review of each
submittal.
d. If intermediate submittal is necessary, process it in same manner as initial
submittal.
Eastport Industrial Area 01300-1 August 2008
Water System Improvements
e. Allow fifteen (15) days for processing each resubmittal. Each resubmittal
will count toward the submittal count in a five (5) day period in paragraph
1.3.D.b above.
f. No extension of the Contract Time will be authorized because of failure to
transmit submittals sufficiently in advance of the Work to permit processing.
E. Identify variations from Contract Documents and Product or system limitations
which may be detrimental to successful performance of the completed Work.
F. Provide space for Contractor and Engineer review stamps.
G. Revise and resubmit submittals as required, identify all changes made since
previous submittal.
H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to
promptly report any inability to comply with provisions.
I. Use only final submittals with mark indicating action taken by Owner or
Engineer in connection with the construction.
J. Submittals not requested will not be recognized or processed.
1.4 RESUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and resubmit to meet requirements as
specified.
B. Mark as RESUBMI TTAL.
C. Re -use original transmittal number and supplement with sequential alphabetical
suffix for each re -submittal.
PART 2 — PRODUCTS
2.1 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by " individual
Specification Sections.
a. Number of Copies: Submit three (3) copies of each submittal, unless
otherwise indicated. The three (3) copies will be retained by the Owner or
Engineer. Any additional copies that the Contractor may need for his
operations will be in addition to the three (3) copies required.
B. Proposed Products List
a. Within fifteen (15) days after date of Notice to Proceed, submit complete list
of major products proposed for use, with name of manufacturer, trade name,
and model or catalog designation, and reference standards.
b. For products specified only by reference standards, give manufacturer, trade
name, model or catalog designation, and reference standards.
C. Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment.
a. Mark each copy to identify applicable products, models, options, and other
data. Supplement manufacturers' standard data to provide information
unique to this Project.
b. Include recommendations for application and use, compliance with specified
standards of trade associations and testing agencies.
c. Include notation of special coordination requirements for interfacing with
adjacent work.
Eastport Industrial Area 01300-2 August 2008
Water System Improvements
a
I
d. After review, distribute in accordance with Article on Procedures above and
provide copies for Record Documents described in Section 01700 — Contract
Closeout.
D. Samples: Prepare physical units of materials or products, including the
following:
a. Submit samples to illustrate functional and aesthetic characteristics of the
Product, with integral parts and attachment devices. Coordinate sample
submittals for interfacing work.
b. Submit samples of finishes from the full range of manufacturers' standard
colors or in custom colors, textures, and patterns, as specified, for Engineer's
selection.
c. Where variations in color, pattern, or texture are inherent in the material or
product, submit multiple samples to indicate the approximate range or
variations.
d. Include full Project information and identification of manufacturer, model
number, type, style, and color on each sample.
e. Submit the number of copies or samples specified in individual specification
Sections; one of which will be retained by the Engineer.
f. Reviewed samples which may be used in the Work are indicated in
individual specification Sections.
2.2 INFORMATION SUBMITTALS
A. Manufacturer's Instructions:
a. When specified in individual specification Sections, submit manufacturers'
printed instructions for delivery, storage, assembly, installation, start-up,
adjusting, and finishing, in quantities specified for Product Data.
b. Identify conflicts between manufacturers' instructions and Contract
Documents.
c. Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
B. Manufacturer's Certificates
a. When specified in individual specification Sections, submit manufacturers'
certificate to Engineer for review, in quantities specified for Product Data.
b. Indicate material or product conforms to or exceeds specified requirements.
Submit supporting reference date, affidavits, and certifications as
appropriate. ,
c. Certificates may be recent or previous test results on material or Product, but
must be acceptable to the Engineer.
C. Insurance Certificates and Bonds: Prepare written information indicating current
status of insurance or bonding coverage. Include name of entity cover by
insurance or bond, limits of coverage, amounts of deductibles, if any, and term of
the coverage.
Eastport Industrial Area 01300-3 August 2008
Water System Improvements
�a,
i
1
A. Field Office Prints: Retain one set of prints of preconstruction photographs in
the field office at the Project site, available at all times for reference. Identify
photographs the same as those submitted to the Engineer.
3.2 CONSTRUCTION PHOTOGRAPHS
A. Preconstruction Photographs: Before starting construction, take color
photographs of Project site and surrounding properties from different vantage
points, or as directed by the Engineer.
a. Take photographs to show existing conditions adjacent to the property before
starting the Work.
b. Take photographs of existing structures either on or adjoining the property to
accurately record the physical conditions at the start of construction.
B. Periodic Construction Photographs: As needed to document damage either
directly related to or inadvertently related to the Contractor's operations,
photograph the area in question and provide to the Engineer.
Eastport Industrial Area
Sports Complex
END OF SECTION
01322-2
August2008
SECTION 01356
STORM WATER POLLUTION PREVENTION MEASURES
PART 1— GENERAL
1.1 GENERAL
A. The Contractor shall implement, maintain, and update the Storm Water Pollution
Prevention measures specified in the Storm Water Pollution Prevention Plan
(SWP3) in a manner, which will meet the requirements of the Texas Pollution
Discharge Elimination System (TPDES) General Permit No.TXR150000. The
Contractor shall be responsible for any fines or penalties assessed by the
appropriate regulatory agency for failure to make required inspections, failure to
properly document those inspections, failure to adequately implement and adjust
the storm water pollution prevention measures specified in the SWP3 to
adequately control pollutants, and/or any other fines or penalties assess by TCEQ
or the EPA for failure to comply with any part of the permit requirements. The
Contractor shall submit a Notice of Intent and a Notice of Termination
independently of the Owner.
B. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's
failure to comply with and maintain the SWP3 shall be paid by the Contractor.
PART 2 — PRODUCTS
Not Used
PART 3 — EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. Storm Water Pollution Prevention Plan will be provided by the Contractor as
required. Contractor must keep a copy of the SWP3 on site at all times.
END OF SECTION
Eastport Industrial Area 01356-1 August 2008
Water System Improvements
SECTION 01576
WASTE AND SALVAGE MATERIAL DISPOSAL
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Disposal of waste material and salvageable material.
1.2 RELATED SECTIONS
A. Section 02050 — Removal, Demolition, and Salvage.
1.3 SUBMITTALS
A. Obtain and submit disposal permits for proposed disposal sites if required by
local ordinances.
PART 2—PRODUCTS
Not used
PART 3 — EXECUTION
3.1 SALVAGEABLE MATERIAL
A. Salvageable Materials: Salvaged fire hydrants shall be palletized and delivered
to the City of Lubbock Water Operations Salvage Yard, 402 Municipal Drive,
Lubbock, Texas.
B. Coordinate the delivery of salvaged material to above specified location with the
Engineer.
3.2 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess
soil, and other materials not designated for salvage, shall become the property of
the Contractor and shall be removed from the job site and legally disposed of at a
proper facility such as the West Texas Region Disposal Facility (WTRDF).
a. Excess material may be disposed at the WTRDF. There will be a tipping fee
of $28.50 per ton for construction debris and for excess uncontaminated soil.
For a complete list of fees associated with the WTRDF, please go to the
City's website at httn://solidwaste.ci.Lbbock.tx.us/dignsal/disfees.htm. All
tipping fees shall be considered to be included in the Contractor's bid prices
in accordance with specification Section 01020.
B. 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
Eastport Industrial Area 01576-1 August 2008
Water System Improvements
SECTION 01700
CONTRACT CLOSEOUT
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement,
Special Provisions and Division 1— General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Closeout procedures
B. Final cleaning
C. Project record documents
D. Operations and maintenance data
E. Warranties
F. Spare parts and maintenance materials.
1.3 CLOSEOUT PROCEDURES
A. Contractor shall submit written certification that Work is complete in accordance
with Contract Documents and ready for Engineer's inspection.
B. Engineer shall schedule Substantial Completion Inspection.
C. Engineer shall prepare Punch List of items to be completed necessary for Final
Completion.
D. Contractor shall promptly remedy all deficiencies prior to Final Inspection and
submit written notice when work is completed.
1.4 FINAL CLEANING
A. Execute final cleaning prior to substantial completion inspection.
B. Clean site; sweep paved areas, rake clean landscaped surfaces.
C. Remove waste and surplus materials, rubbish, and construction facilities from the
site.
D. Repair, patch, and touch-up marred surfaces to match adjacent finishes.
1.5 PROJECT RECORD DOCUMENTS
t- � A. Maintain on site, one set of the following record documents; record actual
revisions to the Work
a. Contract Drawings
b. Specifications
c. Addenda
d. Change Orders and other Modifications to the Contract
e. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: Legibly mark and record at each Product section description of
�- actual Products installed, including the following:
Eastport Industrial Area 01700-1 August 2008
Water System Improvements
a. Manufacturer's name and product model and number.
b. Product substitutions or alternates utilized.
c. Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
a. Measured horizontal and vertical locations of underground utilities and
appurtenances referenced to permanent surface improvements.
b. Field changes of dimension and detail.
c. Details not on original Contract Drawings.
d. Changes made by Addenda and Modifications.
F. Submit copies to the Engineer with claim for final Application for Payment.
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
PART 3 — EXECUTION
Not used
END OF SECTION
Eastport Industrial Area 01700-2 August 2008
Water System Improvements
DIVISION 2
SITE WORK
I
[I
SECTION 02050
DEMOLITION, REMOVAL, AND SALVAGING OF EXISTING MATERIALS
PART 1— GENERAL
1.1 GENERAL
This item shall consist of demolition, removal, and salvage or disposal of certain portions
of existing paving materials, including existing asphalt surfacing and base material and
existing concrete median, in accordance with these specifications and in conformity with
the dimensions and typical cross sections shown on the plans and with the lines and
grades established for the project.
1.2 CLASSIFICATION
Materials to be removed may consist of asphaltic concrete, caliche base, and concrete
paving. No consideration shall be given to differences in thickness or volume of material
for each material removed. All pavement of each type to be removed shall be considered
as being the same and equal and no consideration shall be given to differences in
thickness of material.
PART 2 — PRODUCTS
Not Used
PART 3 — EXECUTION
3.1 GENERAL
Where applicable, all lines separating pavement to be removed from that to remain in
place shall be cut neatly and in a straight line, or shall be separated at an existing
expansion or construction joint. Cuts shall be made by means of sawing or other methods
approved by the Owner's Representative which will produce a satisfactory edge. In no
case shall the line be cut with a motor grader blade.
3.2 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL
All existing materials to be removed and disposed of under this item shall be removed by
the Contractor, and shall be disposed of in appropriate disposal areas off the Owner's
property. Removal operations shall be accomplished in such a manner to minimize
disturbance of existing underlying courses and adjacent pavement structures or
improvements to remain in place. Any underlying courses disturbed during removal
operations shall be reworked, recompacted, and regarded to the satisfaction of the
Engineer. Any damage to adjacent pavement structures or improvements to remain in
lace shall be repaired to the satisfaction of the Engineer.
END OF SECTION
Eastport Industrial Area 02050-1 August 2008
Water System Improvements
SECTION 02260
EXCAVATION SUPPORT AND PROTECTION
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specifications, apply to this Section.
1.2 SUMMARY
A. This Section includes temporary excavation support and protection systems.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, monitor, and maintain excavation support and protection
system capable of supporting excavation sidewalls and of resisting soil and
hydrostatic pressure and superimposed and construction loads.
a. Provide professional engineering services needed to assume engineering
responsibility, including preparation of Shop Drawings and a comprehensive
engineering analysis by a qualified Professional Engineer.
b. Prevent surface water from entering excavations by grading, dikes, or other
means.
c. Install excavation support and protection systems without damaging existing
buildings, pavements, and other improvements adjacent to excavation.
IIE�1-1LB&1�1M II.:+
A. Shop Drawings for Information: Prepared by or under the supervision of a
qualified professional engineer for excavation support and protection systems.
a. Include Shop Drawings signed and sealed by a Texas Licensed Professional
Engineer responsible for their preparation.
B. Qualification Data: For installer and professional engineer.
C. Photographs or videotape, sufficiently detailed, of existing conditions of
adjoining construction and site improvements that might be misconstrued as
damage caused by the absence of, the installation of, or the performance of
excavation support and protection systems.
1.5 PROJECT CONDITIONS
A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner
or others unless permitted in writing by the Engineer and then only after
arranging to provide temporary utility services according to requirements
indicated.
PART 2 — PRODUCTS
Eastport Industrial Area 02260-1 August 2008
Water System Improvements
2.1 MATERIALS
A. General: Provide materials that are either new or in serviceable condition.
B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A
992M.
C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM
A690/ A 690M; with continuous interlocks.
PART 3 — EXECUTION
RA • •ITAfloWl
A. Project structures, utilities, sidewalks, pavements, and other facilities from
damage caused by settlement, lateral movement, undermining, washout, and
other hazards that could develop during excavation support and protection
systems operations.
a. Shore, support, and protect utilities encountered.
B. Install excavation support and protection systems to ensure minimum
interference with roads, streets, walks, and other adjacent occupied and used
facilities.
a. Do not close or obstruct streets, walks, or other adjacent occupied or used
facilities without permission from Owner and authorities having jurisdiction.
Provide alternate routes around closed or obstructed traffic ways if required
by authorities having jurisdiction.
C. Locate excavation support and protection systems clear of permanent
construction so that forming and finishing of concrete surfaces is not impeded.
D. Monitor excavation support and protection systems daily during excavation
progress and for as long as excavation remains open. Promptly correct bulges,
breakage, or other evidence of movement to ensure that excavation support and
protection systems remain stable.
E. Promptly repair damages to adjacent facilities caused by installing excavation
support and protection systems.
3.2 SHEET PILING
A. Before starting excavation, install one-piece sheet piling lengths and tightly
interlock to form a continuous barrier. Limit vertical offset of adjacent sheet
piling to sixty (60) inches. Accurately align exposed faces of sheet piling to vary
not more than two (2) inches from a horizontal line and not more than 1:120 out
of vertical alignment. Cut tops of sheet piling to uniform elevation at top of
excavation.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -
cut trench. All exposed trench shall be protected.
3.4 TRENCHING PROCEDURES
Eastport Industrial Area 02260-2 August 2008
Water System Improvements
Provide shoring systems in accordance with the Contractor's submitted design to
p , adequately resist earth pressures.
A. Proceed with work in an orderly fashion. Install trench bracing systems as soon
as possible after opening trenches. Do not allow workers in trench prior to
installing trench bracing systems.
B. Backfill trenches as soon as possible after completion of work.
C. Stockpile excavated materials at three (3) feet away from edge of trench.
D. Maintain barricades and signage as required by State and Local codes to protect
open excavations.
E. Do not allow surface water to enter excavations. Properly grade areas adjacent to
trench excavations to control surface drainage away from excavations.
F. If cut back method is allowed by Owner and is employed, maintain a clear
distance of three (3) feet from edge of cut to avoid allowing loose material to
enter trench. Cut back method may not be used where there is insufficient work
area to employ it.
G. Do not operate heavy equipment except for trench digging or pipe laying
equipment within twenty (20) feet of edge of excavation. Haul trucks, if needed,
may operate closer than twenty (20) feet to trench edge provided the Contractor
deems it safe to do so.
3.5 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has
progressed sufficiently to support excavation and bear soil and hydrostatic
pressures. Remove in stages to avoid disturbing underlying soils or damaging
structures, pavements, facilities, and utilities.
END OF SECTION
Eastport Industrial Area 02260-3 August 2008
Water System Improvements
SECTION 02317
EXCAVATION AND BACKFILL FOR UTILITIES
PART 1— GENERAL
1.1 SECTION INCLUDES
A. This section of the specifications includes information on excavation, trenching,
foundation, embedment, and backfill for installation of utilities, including
manholes and pipeline structures.
1.2 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to
this section.
B. Section 01400 — Quality Requirements.
C. Section 01555 — Barricades, Signs, and Traffic Handling.
D. Section 02260 — Excavation Support and Protection.
E. Section 02320 — Utility Backfill Materials.
F. Section 02665 — Water Works Piping, Valves, and Fittings.
1.3 DEFINITIONS
A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench
subgrade after excavation to depth of bottom of the bedding as shown on the
Drawings, or foundation backfill material placed and compacted in over -
excavations.
B. Pipe Bedding — The portion of trench backfill that extends vertically from top of
foundation up to a level line at bottom of pipe, and horizontally under one-third
of the pipe O.D.
C. Haunching — The material placed on either side of the pipe from the foundation
to the springline of the pipe for rigid wall pipe, and horizontally from one trench
sidewall to opposite sidewall, excluding the bedding section as shown on the
plans.
D. Initial Backfill — The portion of trench backfill that extends vertically from the
top of haunching or cement stabilized backfill up to a level line immediately
below pavement subgrade, and horizontally from on trench sidewall to opposite
sidewall.
E. Pipe Embedment — The portion of trench backfill that consists of bedding,
haunching, and initial backfill.
F. Trench Zone — The portion of trench backfill that extends vertically from top of
pipe embedment up to a line immediately below pavement subgrade or up to
final grade when not beneath paving.
G. Backf ll — 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
Eastport Industrial Area 02317-1 August 2008
Water System Improvements
side or bottom of trench excavation, and depressurization to prevent failure or
heaving of excavation bottom. Refer to Section 02240 — Dewatering.
I. Surface Water Control — Diversion and drainage of surface water runoff and rain
water away from trench excavation. Rain water and surface water accidentally
entering trench shall be controlled and removed as a part of excavation drainage.
J. Excavation Drainage — Removal of surface and seepage water in trench by sump
.'
pumping or other approved means.
K. Trench Conditions are defined with regard to the stability of trench bottom and
trench walls of pipe embedment zone. Maintain trench conditions that provide
for effective placement and compaction of embedment material directly on or
against undisturbed soils or foundation backfill, except where structural trench
support is necessary.
a. Dry Stable Trench — Stable and substantially dry trench conditions exist in
pipe embedment zone as a result of typically dry soils or achieved by ground
water control (dewatering or depressurization) for trenches extending below
ground water level.
b. Stable Trench with Seepage — Stable trench in which ground water seepage is
controlled by excavation drainage.
i. Stable Trench with Seepage in Clayey Soils — Excavation drainage is
provided in lieu of or to supplement ground water control systems to
control seepage and provide stable trench subgrade in predominately
clayey soils prior to bedding placement.
ii. Stable Wet Trench in Sandy Soils — Excavation drainage is provided
y
in the embedment zone in combination with ground water control in
.
predominately sandy or silty soils.
c. Unstable Trench — Unstable trench conditions exist in the pipe embedment
zone if ground water inflow or high water content causes soil disturbances,
such as sloughing, sliding, boiling, heaving, or loss of density.
L. Subtrench — Subtrench is a special case of benched excavation. Subtrench
excavation below trench shields or shoring installations may be used to allow
placement and compaction of foundation or embedment materials directly against
undisturbed soils. Depth of a subtrench depends upon trench stability and safety
as determined by the Contractor.
M. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory
bearing capacity or composed of otherwise unsuitable materials below top of
foundation as shown on Drawings, and backfilled with foundation backfill
material.
.4
N. Foundation Backfill Materials — Natural soil or manufactured aggregate of
controlled gradation, to control drainage and material separation. Foundation
'=
backfill material is placed and compacted as backfill to provide stable support for
bedding.
O. Trench Safety Systems include both protective systems and shoring systems as
defined in Section 02260 — Excavation Support and Protection
P. Trench Shield (Trench Box) — A portable worker safety structure moved along
the trench as work proceeds, used as a protective system and designed to
withstand forces imposed on it by cave-in, thereby protecting persons within the
trench. Trench shields may be stacked if so designed or placed in a series
depending on depth and length of excavation to be protected.
Q. Shoring System — A structure that supports sides of an excavation to maintain
stable soil conditions and prevent cave-ins, or to prevent movement of the ground
affecting adjacent installations or improvements.
Eastport Industrial Area 02317-2 August 2008
r1f Water System Improvements
i,
z
1.4 REFERENCES
A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement
Mixtures.
B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -
Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop.
C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method.
D. ASTM D 2487 — Classification and Soils for Engineering Purposes.
E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by
Nuclear Methods (Shallow Depth).
F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by
Nuclear Methods (Shallow Depth).
G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
H. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing.
I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils.
J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational
Safety and Health Administration (OSHA).
1.5 SCHEDULING
A. Schedule work so that pipe embedment can be completed on the same day that
acceptable foundation has been achieved for each section of pipe installation,
manhole, or other structures.
1.6 SUBMITTALS
A. Submit a written description for information only of the planned typical method
of excavation, backfill placement, and compaction, including:
a. Sequence of work and coordination of activities.
b. Selected trench widths.
c. Procedures for foundation and embedment placement, and compaction.
d. Procedure for use of trench boxes and other premanufactured systems while
assuring specified compaction against undisturbed soils.
B. Submit backfill material sources and product quality information in accordance
with requirements of Section 02320 — Utility Backfill Materials.
C. Submit record of location of pipe as installed, referenced to survey control points.
Include locations of utilities encountered that are not shown on drawings or
rerouted for the convenience of the Contractor. Give stations, coordinates,
elevations, inverts, and gradients of installed pipe, casing, etc.
D. Submit field density tests of trench backfill.
E. Submit laboratory density compaction curves for each material.
1.7 TESTS
A. Perform backfill material source qualification testing in accordance with
requirements of Section 02320 — Utility Backfill Materials.
Eastport Industrial Area 02317-3 August 2008 4
Water System Improvements
B. Perform field density tests of trench backfill representative of each 500 linear feet
of trench and each compacted layer.
C. The Owner will perform his own check of field densities at random intervals at
Owner's expense for passing tests. Failing tests will be charged to the
Contractor.
PART 2 — PRODUCTS
2.1 EQUIPMENT
A. Perform excavation with hydraulic excavator or other equipment suitable for
achieving the requirements of this Section.
B. Use only hand -operated tamping equipment until a minimum cover of twelve
(12) inches is obtained over pipes, conduits, and ducts. Do not use heave
compacting equipment until adequate cover is attained to prevent damage to
pipes, conduits, or ducts. Do not use vibratory equipment until five (5) feet of
cover over pipes, conduits, or ducts is obtained. Do not use vibratory equipment
if adjacent structures are affected.
C. Use trench shields or other protective systems or shoring systems which are
designed and operated to achieve placement and compaction of backfill directly
against undisturbed native soil.
2.2 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and
product descriptions of Section 02320 — Utility Backfill Materials.
2.3 ACCESSORIES
A. Warning Tape: Install twenty-four (24) 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; as follows:
a. Red — Electric
b. Yellow — Gas, oil, steam, and dangerous materials.
c. Orange — Telephone and other communications.
d. Blue — Water systems.
e. Green — Sewer systems.
B. Install continuously coated ten (10) gauge locating wire on top of the pipe.
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 with the trench details shown in the drawings.
9. 4MY L74Y M
Eastport Industrial Area
Water System Improvements
02317-4
August 2008
A. Establish traffic control to conform with requirements of Section 01555 —
Barricades, Signs, and Traffic Handling and the drawings. t
B. Perform work to conform with applicable safety standards and regulations.
Employ a trench safety system as specified in Section 02260 — Excavation
Support and Protection.
C. Immediately notify the agency or company owning any existing utility line which
is damaged, broken, or disturbed. Obtain approval from the Engineer and agency
for any repairs or relocations, either temporary or permanent.
D. Maintain permanent benchmarks, monumentation and other reference points. 1
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 grading limits and within the grading limits as designated on the
Drawings.
B. Protect and support above grade and below grade utilities which are to remain.
C. Restore damaged permanent facilities to pre -construction conditions unless
replacement or abandonment of facilities are indicated on the Drawings.
D. Take measures to minimize erosion of trenches. Do not allow water to pond in
trenches. Where slides, washouts, settlements, or areas with loss of density or
pavement failures or potholes occur, repair, recompact, and pave those areas at
not additional cost to the Owner.
E. The Contractor shall locate all existing underground lines, whether or not they
are shown on the Drawings, sufficiently in advance of trenching operations to
prevent any damage thereto. Verification of location, size, and burial depth of
existing utilities shall be the complete responsibility of the Contractor.
F. The Contractor is responsible for notifying pipeline and cable utility owners of
the intention to cross said utility no less than seven (7) days prior to crossing the
utility. Coordinate vertical separation requirements with utility owners and any
other special construction considerations. Notify the Engineer if required
changes in the vertical profile shown on the Drawings prior to constructing these
changes.
G. Trench digging machinery may be used to make the trench excavations except in
places where operation of same would cause damages to pipelines, fences, or
other existing structures either above or below ground; in such instances hand
methods shall be employed.
3.4 EXCAVATION
A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths
and alignments shown on the Drawings. Avoid disturbing surrounding ground
and existing facilities and improvements.
B. Determine trench excavation widths based on the requirements shown on the
plans.
C. Use sufficient trench width or benches above the embedment zone for installation
of well point headers or manifolds and pumps where depth of trenches makes it
uneconomical or impractical to pump from the surface elevation. Provide
Eastport Industrial Area 02317-5 August 2008
Water System Improvements
sufficient space between shoring cross braces to permit equipment operations and
handling of forms, pipe, embedment and backfill, and other materials.
D. Upon discovery of unknown utilities, badly deteriorated utilities not designated
for removal, or concealed conditions, discontinue work at that location. Notify
the Engineer and obtain instructions before proceeding.
E. Shoring of Trench Walls.
a. Install special shoring in advance of trench excavation or simultaneously
with the trench excavation, so that the soils within the full height of the
trench excavation walls will remain laterally supported at all times.
b. For all types of shoring, support trench walls in the pipe embedment zone
throughout the installation. Provide trench wall supports sufficiently tight to
prevent washing the trench wall soil out behind the trench wall support.
c. Unless otherwise directed by the Engineer, leave sheeting driven into or
below the pipe embedment zone in place to preclude loss of support of
foundation and embedment materials. Leave rangers, walers, and braces in
place as long as required to support the sheeting, which has been cut off, and
the trench wall in the vicinity of the pipe zone.
w d. Employ special methods for maintaining the integrity of embedment or
foundation material. Before moving supports, place and compact
embedment to sufficient depths to provide protection of pipe and stability of
trench walls. As supports are moved, finish placing and compacting
embedment.
e. If sheeting or other shoring is used below top of the pipe embedment zone,
do not disturb pipe foundation and embedment materials by subsequent
removal. Maximum thickness of removable sheeting extending into the
embedment zone shall be the equivalent of a one (1) inch thick steel plate.
Fill voids left on removal of supports with compacted backfill material.
f. Wherever necessary to prevent caving, the trench shall be adequately
supported as required by the Drawings and Specifications. The Contractor is
entirely responsible for assuring that trenches are adequately supported to
protect both the workers and the public.
F. Use of Trench Shields. When a trench shield (trench box) is used as a worker
safety device, the following requirements apply:
a. Make trench excavations of sufficient width to allow shield to be lifted or
pulled feely, without damage to the trench sidewalls.
s b. Move trench shields so that pipe, and backfill materials, after placement and
compaction, are not damaged or disturbed, or the degree of compaction
reduced.
c. When required, place, spread, and compact pipe foundation and bedding
materials beneath the shield. For backfill above bedding, lift the shield as
each layer of backfill is placed and spread. Place and compact backfill
materials against undisturbed walls and foundation.
d. Maintain trench shield in position to allow sampling and testing to be
performed in a safe manner.
e. Contractor shall provide trench shield for Owner's tests within the trench as
required in paragraph 3.1 LB
3.5 HANDLING EXCAVATION MATERIALS
Eastport Industrial Area 02317-6 August 2008
rl. Water System Improvements
A. Use only excavated materials which are suitable as defined in this Section and
conforming with Section 02320 — Utility Backfill Materials. Place material
suitable for backfilling in stockpiles at a distance from the trench to prevent
slides or cave-ins.
B. Do not place stockpiles of excess excavated materials on streets and adjacent
properties. Protect excess stockpiles for use on site. Maintain site conditions in
accordance with Section 01500 —Temporary Facilities and Controls.
3.6 TRENCH FOUNDATION
A. The trench shall be excavated to an even grade so that the bottom of the pipe
will rest on the bottom of the trench over the entire length of the pipe. In order
to obtain a true even grade, the trench shall be fine graded by hand.
B. Any part of the trench excavated below grade shall be corrected by filling with
approved material and compacting thoroughly.
C. If ledge rock, rock fragments, or other unyielding material is encountered in the
bottom of the trench, it shall be removed to a depth of six (6) inches below
grade, refilled with selected material, and thoroughly compacted.
D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing
of pipe to be made properly, and of sufficient depth to prevent the bell of the
pipe from resting on undisturbed materials.
3.7 GROUND WATER CONTROL
A. Implement ground water control according to Section 02240 — Dewatering.
Provide a stable trench to allow installation in accordance with the
Specifications.
3.8 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and
sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise
unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on
the Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to
provide uniform bearing and side support when compacted. Do not allow
materials to free -fall from heights greater than twenty-four (24) inches above top
of pipe. Perform placement and compaction directly against the undisturbed soils
in the trench sidewalls, or against sheeting which is to remain in place.
D. Do not place trench shields or shoring within height of the embedment zone
unless means to maintain the density of compacted embedment material are used.
If moveable supports are used in embedment zone, lift the supports incrementally
to allow placement and compaction of the material against undisturbed soil.
E. Do not damage coatings or wrappings of pipes during backfilling and compacting
operations. When embedding coated or wrapped pipes, do not use crushed stone
or other sharp, angular aggregates.
F. Place haunching material manually around the pipe and compact it to provide
uniform bearing and side support. If necessary, hold small -diameter or
Eastport Industrial Area 02317-7 August 2008
Water System Improvements
lightweight pipe in place with sand bags or other suitable means during
compaction of haunch areas and placement beside the pipe.
G. Shovel in -place and compact embedment material using pneumatic tampers in
restricted areas, and vibratory -plate compactors or engine -powered jumping jacks
in unrestricted areas. Compact each lift before proceeding with placement of the
next lift. Water tamping and water jetting are not allowed.
H. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill
with concrete vibrator to consolidate material under haunches.
I. Install specified location tape and wire as shown on the drawings and per Section
02317 — Excavation and Backfill for Utilities 2.3.A and 2.3.B.
3.9 TRENCH ZONE BACKFILL, PLACEMENT, AND COMPACTION
A. Place backfill for pipe or conduits and restore as soon as practicable. Leave only
the minimum length of trench open as necessary for construction. Maximum
allowed open trench is limited to 200 feet unless otherwise approved by the
Owner. Maximum unrepaired pavement surface shall be limited to 2,640 feet.
B. Where damage to completed pipe installation work is likely to result from
withdrawal of sheeting, leave the sheeting in place. Cut off sheeting two (2) feet
or move above the crown of the pipe. Remove trench supports within five (5)
feet from the ground surface.
C. Place trench zone backfill in lifts and compact by methods selected by the
Contractor. Fully compact each lift before placement of the next lift.
a. Cement Stabilized Backfill/Lean Concrete Backfill
i. Place in depths as may be required during construction.
ii. Use vibratory equipment to ensure placement under the haunches of
the pipe.
iii. Backfilling of the remaining trench depth after cement stabilized
backfill has been placed shall not commence until the in -place
cement stabilized backfill has attained a penetration resistance
reading of at least thirty (30) when measured with a soil
penetrometer according to ASTM D 1558 and using a one -tenth
square inch needle. This equates to a penetration resistance of
approximately 300 pounds per square inch. This is not a strength
requirement of the cement -stabilized backfill, but a measure of the
degree of curing of the cement stabilized backfill. After a
penetrometer reading of 30 is obtained on the cement stabilized
backfill, then compacted backfill operations may commence. The
Contractor shall furnish and have on site a calibrated ASTM D 1558
soil penetrometer with one -tenth square inch needle. The Contractor
shall take no less than four (4) penetrometer readings, equally spaced
on both sides of the pipe (8 readings total) in accordance with ASTM
D 1558, for each day's trench length that is planned for controlled
density backfill operations. Such readings shall be taken prior to
commencing backfill operations.
b. Gravel Embedment
i. Place in depths as shown on plans
ii. Use vibratory equipment or shovel slicing to ensure placement under
the haunches of the pipe.
c. Native Material/Borrow Material (Pipe Installation)
Eastport Industrial Area 02317-8 August 2008
Water System Improvements
i. Maximum lift thickness determined by Contractor to achieve
uniform placement and required compaction, but not exceeding six
(6) inches.
ii. Compaction by trench sheep's foot or by vibratory equipment to a
minimum of ninety-five (95) percent of the maximum dry density
determined according to ASTM D 698. Use of vibratory equipment
limited as specified in paragraph 2.1.B.
iii. Moisture content within two (2) percent of optimum determined
according to ASTM D 698.
d. Topsoil
i. Maximum lift thickness determined by Contractor to achieve
uniform placement and required compaction, but not exceeding six
(6) inches.
ii. Compaction by sheep's foot, by steel wheel roller, or by vibratory
equipment to a minimum of ninety-five (95) percent of the maximum
dry density determined according to ASTM D 698. Use of vibratory
equipment limited as specified in paragraph 2.l I.B.
iii. 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. 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.
a. A minimum of one test for every 500 linear feet of compacted trench zone
backfill material for each compacted layer.
b. Density tests will be distributed around the placement areas. Placement areas
are foundation, bedding, haunching, initial backfill, and trench zone.
c. The number of tests will be increased if compacting effort is variable end not
considered sufficient to attain uniform density, as specified.
Eastport Industrial Area
Water System Improvements
02317-9
August 2008
d. Density tests may be performed at various depths below the fill surface by pit
excavation. Material in previously placed lifts may therefore be subject to
acceptance/rejection.
e. Two (2) verification tests will be performed adjacent to in -place tests
showing density less than the acceptance criteria (two tests will be performed
for each failing test). Placement will be rejected unless both verification tests
show acceptable results.
f. Recompacted placement will be retested at the same frequency as the first
test series, including verification tests.
F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work
does not meet specified compaction requirements. For hardened cement
stabilized backfill with nonconforming density, core and test for compressive
strength at Contractor's expense.
G. Acceptability of crushed rock compaction will be determined by inspection.
3.12 DISPOSAL OF EXCESS MATERIAL
A. Dispose of excess materials in accordance with requirements of Section 01576 —
Waste Material Disposal.
END OF SECTION
Eastport Industrial Area 02317-10 August 2008
Water System Improvements
SECTION 02320
UTILITY BACKFILL MATERIALS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. This Section of the specification covers materials related to the backfill of
utilities. Included are the following:
a. "Concrete" sand (for use as pipe bedding).
b. Native soil materials.
c. Topsoil.
d. Borrow material.
e. Crushed stone.
f. Cement stabilized backfill.
1.2 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to
this section.
B. Section 01400 — Quality Requirements
C. Section 02317 — Excavation and Backfill for Utilities.
1.3 DEFINITIONS
A. Refer to Section 02317 — Excavation and Backfill for Utilities.
1.4 REFENCES
A. ASTM C 33 — Specification for Concrete Aggregate.
B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for
Concrete.
C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate.
D. ASTM C 131— Test Method for Resistance to Degradation of Small -Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine.
E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates.
F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates.
G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil -
Using Standard Effort (12,400 ft-lb/fl).
H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than
Number 200 Sieve. 1
I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil
Classification System).
J. ASTM D 2488 — Standard Practice for Description and Identification of Soils k
(Visual -Manual Procedure).
K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
s
Eastport Industrial Area 02320-1 August 2008
Water System Improvement
L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil
by the Microwave Oven Method.
M. TxDOT Tex-101-E —Preparation of Soil and Flexible Base Materials for Testing.
N. TxDOT Tex-104-E — Test Method for Determination of Liquid Limit of Soils
(Part 1).
O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of
Soils.
P. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils.
1.5 SUBMITTALS
A. Conform to Section 01300 — Submittal Procedures.
B. Submit a description of source, material classification and product description,
production method, and application of backfill materials.
C. Submit test results for samples of off -site backfill materials.
D. For each delivery of material, provide a delivery ticket which includes source
location.
1.6 TESTS
A. Perform tests of sources for off -site backfill material.
B. Verification tests of backfill materials may be performed by the Owner, at the
Owner's expense; however, failing tests will be charged to the Contractor.
PART 2 — PRODUCTS
2.1 MATERIAL DESCIRPTIONS
A. "Concrete" Sand
a. Coarse -grained, well -graded, sand (natural, manufactured, or a combination
of both) conforming to requirements of ASTM C 33.
b. Gradation shall conform to ASTM C 136 and the following limits.
Sieve
Percent 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
a. Provide backfill material that is free of stones greater than three (3) inches,
free of roots, waste, debris, trash, organic material, unstable material, non -
soil matter, hydrocarbons, or other contamination.
C. Topsoil
Eastport Industrial Area 02320-2 August 2008
Water System Improvement
'i
L.
a. Provide topsoil material that is free of stones greater than three (3) inches,
free of roots, waste, debris, trash, organic matter, unstable material, non -soil
matter, hydrocarbons, or other contamination.
b. Surface should be made clear of rock and other debris before planting.
c. Use top three (3) 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. Borrow
a. Use Class A borrow under roadways (proposed or existing) and Class B
elsewhere.
E. Gravel Embedment
a. Gravel embedment shall be free of waste, trash, debris, organic material,
unstable material, and other non -gravel matter.
b. Provide gravel embedment that meets the following gradation requirements
for water or sewer pipe embedment:
Sieve
Percent Passing
1"
100
7/8"
98 to 100
3/4"
65 to 85
5/8"
0 to 45
3/8"
0 to 5
No. 10
0 to 1
i. As an alternate, gravel embedment that meets the following
gradation requirements may be used for water pipe embedment:
Sieve
Percent Passing
No. 4
85 to 95
No. 10
10 to 50
No. 40
0 to 10
c. A minimum of four inches of gravel embedment will be placed under the 1
pipe. This material MUST be shovel sliced to the haunch of the pipe and
mechanically tamped to midpoint of the pipe.
F. Cement Stabilized Backfill !
a. Cement Content —1 1/2 sack mix per cubic yard.
b. Water/Cement Ratio — 0.60.
c. Maximum aggregate size shall not exceed one and one half (1.5) inch
diameter for backfilling pipe sizes forty-eight (48) inches and greater in
diameter.
d. Maximum aggregate size shall not exceed one (1) inch diameter for
backfilling sizes less than forty-eight (48) inches in diameter.
2.2 MATERIAL TESTING
A. Ensure that material selected, produced, and delivered to the project meets L_
applicable specifications and is of sufficiently uniform properties to allow
practical construction and quality control.
Eastport Industrial Area 02320-3 August 2008
Water System Improvement
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.
j
Qualification tests shall include, as applicable:
a. Gradation: Complete sieve analyses shall be reported regardless of the
specified control sieves. The range of sieves shall be from the largest
particle through the No. 200 sieve.
b. Plasticity of material passing the No. 40 sieve.
c. Los Angeles abrasion wear of material retained on the No. 4 sieve.
d. Clay lumps.
e. Lightweight pieces.
f. Organic impurities.
C. Production Testing: Provide reports to the Engineer from an independent testing
laboratory that backfill materials to be placed in the Work meet applicable
specification requirements.
D. Assist the Engineer in obtaining material samples for verification testing at the
source or at the production plant.
E. 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 three (3) feet of excavated
material shall be used as topsoil.
B. Identify off -site sources for backfill material at least twenty-one (21) days ahead
of intended use so that the Engineer may obtain samples fro verification testing.
C. Obtain approval for each material source by the Engineer before delivery is
started. If sources previously approved do not produce uniform and satisfactory
products, furnish materials from other approved sources. Materials may be
subjected to inspection or additional verification testing after delivery. Materials
which do not meet the requirements of the specifications will be rejected. Do not
use material which, after approval, has become unsuitable for use due to
segregation, mixing with other materials, or by contamination. Once a material
is approved by the Engineer, expense for sampling and testing required to change
to a different material will be at the Contractor's expense with no additional cost
to the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations in areas shown on plans for practical
material handling and control, and verification testing by the Engineer in advance
of final placement.
g Eastport Industrial Area 02320-4 August 2008
Water System Improvement
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
a. The Engineer may sample and test backfill at:
i. Sources including borrow pits, production plants, and Contractor's
designated off -site stockpiles.
ii. On -site stockpiles.
iii. Materials placed in the Work.
b. The Engineer may resample material at any stage of work or location if
changes in characteristics are apparent.
B. Quality Control 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
Eastport Industrial Area 02320-5 August 2008
Water System Improvement
SECTION 02511
INSTALLATION OF WATER DISTRIBUTION SYSTEM COMPONENTS
PARTI GENERAL
1.1 SECTION INCLUDES.
A. Requirements for the installation of water distribution system
components such as pipe, fittings and valves.
B. Requirements for trench safety, final clean up and acceptance.
1.2 PRODUCTS INSTALLED UNDER THIS SECTION.
A. Approved municipal water pipe.
B. Approved fittings, connections, valves and appurtenances.
C. Warning tape.
D. Locator wire, if pipe is of non-ferrous material.
1.3 UNIT PRICES
A. Water Distribution Pipe.
1. Payment for installation of water distribution pipe will be on a linear
foot basis. Unit cost shall include pipe installed, complete in place
including all appurtenances, trench safety and traffic barricading
required.
2. The Owner's Representative will perform measurement.
B. Tapping Sleeves and Valves.
1. Payment for purchase and installation of the tapping sleeve and valve
will be per each, complete in place including all appurtenances,
trench safety and traffic barricading required.
1.4 SUBMITTALS
A. Conform to Section 01300 — Submittal Procedures.
B. Submit storm water pollution prevention plan (SWPPP).
C. Submit traffic control plan.
1.5 WARRANTY
A. Contractor to provide standard one year warranty. Warranty period will
begin at the date of Substantial Completion.
B. The Contractor at no additional expense to the Owner will perform any
repairs, replacements or maintenance work on Work performed by the
Contractor.
PART 2 PRODUCTS
2.1 See section 02665.
PART 3 EXECUTION
3.1 EXAMINATION
A. Contractor will examine the entire length of the project site to verify
conditions before starting work.
Eastport Industrial Area 02511-1 August 2008
Water System Improvements
r-.
B. Contractor is responsible for verifying that site conditions are suitable for
the proposed Work prior to beginning activities.
3.2 PROTECTION
1. Contractor is responsible for notifying all utilities and other affected
parties prior to beginning excavation.
Contractor will comply with the State of Texas excavation notice
requirements.
2. Contractor is responsible for providing shoring, bracing or other
supports as required to prevent damage to adjacent utilities,
structures or other affected components.
3. Contractor will excavate and expose any utilities or other potential
conflicts to determine the lines and grades, if deemed necessary by
the Contractor or Owner's Representative.
4. Contractor is responsible for any expenses incurred to repair, replace
or otherwise restore facilities damaged due to excavation or
installation of the sanitary sewer system.
5. 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 works as may be necessary. All safety measures shall meet
the requirements of The Texas Manual on Uniform Traffic Control
Devices. Traffic control plans shall be submitted to the City of
Lubbock Traffic Engineer for approval.
6. 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 days of issuance to Contractor of
City's certificate of acceptance of the project.
7. Rules and regulations of local, state and Federal authorities regarding
safety provisions shall be observed.
3.3. SURFACE PREPARATION
1. Within Unpaved Easements; or Cultivated, Agricultural or Undeveloped
Land.
a. Remove all vegetation, brush, heavy growth, grass, weeds,
decayed organic matter, rubbish or other unsuitable material
within the area of excavation.
b. Remove topsoil separately from the other excavation material.
Store the topsoil separately from the other excavation material.
2. Within Unpaved Roadways
a. Remove roadway cover material and store separately from other
excavated material.
b. Take care to keep the roadway material as clean as possible for
placement back on the roadway.
3. Within Paved Areas
Eastport Industrial Area 02511-2 August 2008
Water System Improvements
1
a. Remove pavement, sidewalks, driveways, and curb and gutter in
a neat and workmanlike manner. Use straight and perpendicular
cuts.
b. The cut will exceed the width of the excavation by 12 inches on
each side of the trench.
C. Cut concrete pavement, sidewalks, driveways, and curb and
gutter with a power saw to a minimum depth of 2 inches prior to
breaking.
3.4 INSTALLATION
A. Excavation
1.
Excavations will be open cut unless otherwise indicated on the
plans or designated by the Owner's Representative.
2.
Contractor will comply with trench safety requirements as
outlined in OSHA 1910 using benching, shoring, trench boxes or
other means to meet or exceed the requirements of OSHA 1910.
3.
The Contractor at no expense to the Owner will dispose of
excavated materials unsuitable for backfill or not required for
backfill.
4.
Contractor will prevent surface water from flowing into
excavations. Pipe that has had its grade or alignment changed
due to water entering the excavation will be re-laid at no expense
to the Owner.
S.
Spongy material, organic matter, or fill material containing
concrete, asphalt or debris encountered during excavation will be
removed and properly disposed. Over excavation in this situation
will be at the direction of the Owner's Representative.
6.
Over excavation for the Contractor's convenience will be at the
Contractor's expense.
7.
Stockpile excavated material so as not to interfere with the
progress of the Work or to create a safety hazard. Excavate
trench only as necessary to install the pipe. Excavation limits for
pipe less than 18 inches: Pipe O.D. + 12 inches
B. Installation
1.
Install components in accordance with the City of Lubbock
Construction Standards and the Manufacturer's Instructions. The
Contractor will bring any conflict between these two methods to
the Owner's attention.
2.
Products will be inspected prior to installation for any defects.
No defective products will be installed. Products found to be
defective will be replaced at the Contractor's expense.
3.
Installation of Pipe.
a. Fine grade the bottom of the trench using specified
bedding material. Provide for bell holes to allow
the pipe to be placed at the proper grade and alignment.
b. Check for proper grade and alignment at each joint.
C. Do not place pipe in wet trench conditions. Provide
adequate dewatering methods to keep free water from
the trench.
d. Do not leave open joints overnight. Place watertight
barriers at the end of the exposed pipe segment to
Eastport Industrial Area 02511-3 August 2008
Water System Improvements
prevent water intrusion into the pipe after each day's
work.
e. All pipes shall be installed according to manufactures
suggestions in both the open cut areas and in the slick
bore areas.
4. Installation of Valves.
a. Valves and fittings shall be set at the locations shown on
the plans or at locations as established by the Engineer,
and shall be joined to the pipe in the manner heretofore
specified for pipe installation. The valves and fittings
shall be adequately blocked for thrust with concrete.
Valves shall be set vertically and in concrete valve
boxes.
5. Backfill of Excavations.
a. Backfill and compaction shall be performed in
accordance of COL Ordinance 2007-00122.
Backfill around pipe with specified granular bedding
material that is free of large rocks, topsoil, debris or
other unacceptable material.
b. The backfill around the pipe shall be shovel sliced
around the haunch of the pipe and mechanically
compacted or hand tamped to a point 12 inches above
the top of the pipe
C. Backfill from 12 inches above the pipe to the finished
grade will be as follows:
i. For unpaved areas, use excavated material that is
free of large rocks, debris or other material
determined unsuitable by the Owner's
Representative. Backfill shall be placed in
maximum six (6) inch lifts and compacted to
95% Standard Proctor Density at +/- 2%
optimum moisture content. Each lift shall be
tested at a maximum of 500 feet intervals
according to ASTM designation D-698. These
tests shall be performed by a reputable
contractor specializing in geotechnical work and
will be at the successful bidder's expense.
Copies of these tests shall be provided to the
Owners Representative. The City of Lubbock
will perform random spot testing at no expense
to the contractor.
ii. For paved areas, place Cement Stabilized
Backfill (CSB) meeting City of Lubbock
Standards under the bottom of the pavement in a
minimum of thickness of 12". The backfill from
12-inches above the top of pipe to the CSB shall
be in placed in maximum 6 inch lifts and
compacted to 95% Standard Proctor Density.
Each lift shall be tested at a maximum of 500
Eastport Industrial Area 02511-4 August 2008
Water System Improvements t_,
1
feet intervals according designation to ASTM D-
698. These tests shall be performed by a
reputable contractor specializing in geotechnical
work and will be at the successful bidders
expense. Copies of these tests shall be provided
to the Owners Representative. The City of
Lubbock will perform random spot testing at no
expense to the contractor.
3.5 FIELD QUALITY CONTROL
A. Inspection
1. Owner's Representative will provide all inspection services.
Owner's Representative will be present at all tests. Do not cover
pipe or valves until inspected by the Owner's Representative.
2. Notify the Owner's Representative a minimum of 24 hours prior
to placement of pipe, manholes or other buried components.
B. Testing
1. General
a. Notify the Owner's Representative a minimum of 24
hours prior to conducting any testing.
b. All testing will be performed in the presence of the
Owner's Representative and only after the Owner's
Representative has agreed the system being tested is
ready for the appropriate test.
d. Components to be tested will be thoroughly cleaned to
remove debris, gravel, grit, dirt or other foreign material
prior to performing any tests.
e. The Owner's Representative will approve equipment
used for testing. The Contractor at no expense to the
Owner will replace testing equipment rejected by the
Owner's Representative.
2. Pipe Testing Requirements
a. After the pipe has been laid, the line shall be subjected to
a hydrostatic pressure test and leakage test. The line
shall be tested at 100 p.s.i. gauge pressure. The duration
of each pressure test shall be as directed by the Owners
Representative but shall not exceed for (4) hours.
b. No pipe installation will be accepted until or unless the
leakage as determined by above test is less than the
amount set forth below. The allowable leakage (gallons
per hour) shall not be greater than determined by the
following formula:
L NDL1
7400
L = Gallons Per Hour D = Nominal Pipe Diameter
N = Number of Joints P = Test Pressure (PSI)
Eastport Industrial Area 02511-5 August 2008
Water System Improvements
}
If individual sections show leakage greater than the
limits specified above, the contractor shall at his own
expense locate and repair the defective joints until the
leakage is within the specified allowance.
Sterilization of Pipe Lines
a. The contractor shall furnish all labor, equipment and
material necessary for the sterilization of the new
pipelines according to AWWA C 651 before being
placed in service. The lines shall be sterilized by the
application of the chlorinating agent. The chlorinating
agent may be liquid chlorine, liquid chlorine gas -water
mixture, or a calcium hypochlorite solution, which shall
be fed into the lines through a suitable solution -feed
device, or other methods approved by the engineer. The
chlorinating agent shall be applied at or near the point
from which the line is being filled, and through a
corporation stop or other approved connection inserted
in the horizontal axis of the newly laid pipe. 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 in such
proportion of water entering the pipe that the chlorine
dose applied to the water entering the line shall be at
least 50 parts per million. The treated water shall be
retained in the pipelines for a period of not less than
twenty-four (24) hours.
b. Samples shall be taken from the contractors sample port
by Owners Representative and will be tested for
bacteriologic growth by the Texas Department of Health
Laboratory. Samples will be taken twice in a forty-eight
(48) hour period not less than twenty-four (24) hours
apart.
C. The sampling riser shall be located at a location farthest
from the point of chlorination. The riser shall be above
ground and equipped with a faucet for control of flow
during sampling.
3.6 ADJUSTING AND CLEANING
A. Contractor will return areas disturbed by the work to the conditions
existing prior to commencement of the work.
1. Contractor will grade disturbed areas to the preexisting grade.
2. Owner's Representative will determine if adequate adjustments
and cleaning have been performed.
3. Contractor will leave the construction site clean, neat and free of
construction debris.
4. Areas that have established turf will have sod placed in the
excavated areas.
Eastport Industrial Area 02511-6 August 2009
Water System Improvements E
1
5. Paved areas will have replaced laced in accordance with the
P P
City of Lubbock Street Engineering Standard Paving
Specifications.
END OF SECTION
Eastport Industrial Area 02511-7 August 2008
Water System Improvements
SECTION 02665
WATER WORKS PIPING, VALVES, AND FITTINGS
PART 1— GENERAL
1.1 WORK INCLUDED
A. This section of the specifications covers all water piping, valves, and fittings
required for the project. The term piping as used herein shall include all piping,
valves, fittings, and accessories as shown on the plans and/or as specified herein.
1.2 RELATED SECTIONS
A. Drawings and General Provisions of the Contract, including General and Special
Conditions and other Division 1 specification sections apply to this section.
B. Section 01400 — Quality Requirements
C. Section 01555 — Barricades, Signs, and Traffic Handling
D. Section 02320 — Utility Backfill Materials
1.3 MATERIAL SCHEDULE
A. All water lines shall be AWWA C-900 Class 150 (DR-18) 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
1.4 SUBMITTALS
A. Submit all manufacturers' data for all pipe and fittings including all pipe
thickness class calculations, steel casing, and casing spacers.
B. Submit affidavits of compliance with appropriate standards.
C. Submit product warranties.
D. Submit manufacturer's installation instructions.
E. Submit manufacturer's loading, unloading, and storage requirements.
F. Submit product information for pipe identification tape.
G. Submit concrete mix design for concrete thrust blocking.
1.5 REFERENCES
A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for
Water.
B. A WWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for
Water.
C. AWWA C 111— Rubber Gasket Joints for Ductile Iron Pressure Pipe and
Fittings.
D. AWWA C 104 — Rubber Seated Butterfly Valves.
E. AWWA 509 — Resilient Seated Gate Valves for Water Supply.
Eastport Industrial Area 02665-1 August 2008
Water System Improvements
L_
F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 4 inch through 12 inch, for water distribution.
G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated
Fittings, 14 inch through 48 inch, for water transmission and distribution.
H. AWWA C 301— Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for
Water and other Liquids.
I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type
J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger
K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating
for Steel Water Pipe - 4 in. and Larger -Shop Applied
L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe
M. ANSIIAWWA C-207 Standard for Steel Pipe Flanges for Water Works Service,
4" - 144"
N. ANSIIAWWA 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
Q. ANSIIAWWA 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. ANSIIAWWA C-218 Standard for Coating the Exterior of Aboveground Steel
Water Pipelines and Fittings
T. ANSIIAWWA 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 GENERAL
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.
Eastport Industrial Area 02665-2
Water System Improvements
August 2008
2.2 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe 12 inches and smaller shall be AWWA C-900, Class 150 (DR -.I 8).
B. PVC pipe 14 inches, and larger shall be AWWA C-905, Class 165 (DR-25). The
outside diameter of the PVC pipe shall be cast iron equivalent.
C. PVC pipe shall be formed with an integral ball and shall be joined using a
gasketed bell and spigot joint. Spigot ends shall be beveled and reference
marked to facilitate joining and insure proper seating depth. Gaskets shall
conform to ASTM F 477. The nominal joint length shall be twenty (20) feet.
D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA
standards including nominal size, dimension, ratio, AWWA pressure class,
manufacturer's name and code, and seal of testing agency that verified the
suitability of the pipe material for potable water.
E. Pipe shall meet all additional test requirements as described in AWWA C-900 or
C-905, as applicable.
F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for
use in the transportation of potable water and shall bear the NSF seal of approval.
2.3 PIPE FITTINGS
A. General: Pipe fittings shall be of a type and design especially suitable for use
with the type of piping with which they are installed. Pressure rating of fittings
shall not be less than that of the pipe. All ductile iron fittings shall have an
external bituminous coating and shall be cement lined in accordance with
AWWA C 104.
B. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless
otherwise specified or shown on the Drawings.
C. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110.
Fittings shall be mechanical joint or push -on joint unless otherwise specified or
shown on the Drawings. All fittings shall have a pressure rating equal to that of
the pipe with which they are used but in no case less than 150 psi.
a. Unless otherwise indicated, all ductile iron fittings shall have an external
bituminous coating and shall be cement -lined in accordance with the
specifications for coating and lining the pipe.
b. All ductile iron fittings shall be cast from the same quality of metal used in
casting ductile iron pipe and shall be subjected to the same test requirements.
Marking and weighing shall be as required for ductile iron pipe.
c. Where flanged fittings are used, the flanges shall be of the same material as
the fitting. Where bell or mechanicaljoint fittings are used, the bells shall be
cast integrally with the fitting. Screwed -on bells will not be acceptable.
2.4 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the
locations shown on the Drawings and at other locations required for installation
of the piping system. Flanged coupling adapters will be provided with anchoring
studs to provide thrust restraint. Epoxy coated sheet construction shall be used
for all couplings. All bolts, nuts, and washers shall be stainless steel.
2.5 PIPE JOINTS
a. Push -on Joints — Push -on joints shall be as specified in AWWA Standard
C111.
Eastport Industrial Area 02665-3 August 2008
Water System Improvements
--,
L
b. Mechanical Joints —Mechanical joints shall be as specified in AWWA
Standard C 111.
2.6 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. Casing wall thickness for installation shall be in accordance
with the following:
Location
Diameter
Min. Wall Thickness
Highway and Street
Crossings
24" and smaller
0.2500"
26" or larger
0.3125"
Railroad Crossings
18" and smaller
0.2500"
20" thru 26"
0.3750"
28" and larger
0.50001,
B. Casing spacers shall be used to install carrier pipe inside the encasement pipe.
To provide support around the periphery of the pipe should the pipe twist as it is
pushed through the casing. The spacers shall be of a projection type that has a
minimum number of projections around the circumference totaling the number of
diameter inches. For example, eight (8) inch pipe shall have a minimum of eight
(8) projections and eighteen (18) inch pipe shall have a minimum of eighteen
(18) projections.
C. Casing spacers shall use double backed tape, provided with the spacers, to fasten
tightly onto the carrier pipe so that the spacers do not move during installation.
Installation instructions shall be provided with each shipment. Casing spacers
shall have a span of ten (10) feet to six (6) feet dependent on the total load
anticipated with the pipe full of liquid. The maximum load shall not exceed the
load limits per spacer listed in the brochure. These values in the brochure
include conservative safety factors for class spacer used. Spacers shall have
minimum height that clears the pipe bell or as otherwise indicated on plans.
D. Casing spacers shall be projection type totally non-metallic spacers constructed
of preformed sections of high -density polyethylene. Spacers shall be ISO 9002
certified for strength and quality.
E. Manufacturer: Projection type spacers shall be Raci type spacers, or approved
equal by the Engineer, along with wrap around end seal made of 1/8" think
rubber with stainless steel bands.
2.7 VALVES
A. General: Valves that are twelve (12) inches and smaller shall be gate valves
unless otherwise noted on the plans or specified herein. All valves shall be
designed for a working pressure of at least 150 psi unless otherwise noted.
B. Gate Valves:
a. All gate valves shall be resilient seat or double disk parallel seat, iron body;
bronze mounted throughout and shall meet all requirements of AWWA C
509.
b. The valves shall be of the type of joint used in the piping.
c. All valves shall open by turning to the left, and unless otherwise specified,
shall have non -rising stem when buried and outside screw and yoke when
Eastport Industrial Area 026654 August 2008
Water System Improvements
exposed, and be furnished with a two (2) inch operating nut when valves are
buried and shall be furnished with hand wheels when exposed.
d. Gate valves shall be furnished with O-ring stem packing.
e. All gate valves shall be designed to withstand a working pressure of 200 psi
unless otherwise noted.
f. Gate valves shall be Mueller, M&H, Darling, or Clow.
g. All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be
clean and sound without defects that will impair their service. No plugging
or welding of such defects will be allowed.
h. Bolts shall be electro-zinc plated steel with hex heads and hex nuts in
accordance with ASTM A307 and A563, respectively.
i. All parts for valves furnished must be standard and completely
interchangeable with valves of the same brand. Successful bidder to furnish
to the Owner, upon request, a letter stating the type of valves to be installed
and a letter from the manufacturer stating that the parts are standard and
interchangeable.
C. Valve Boxes and Extension Stems:
a. Extension stems shall be furnished on buried valves where the top of the
operating nut is more than thirty-six (36) inches below finished grade. Top
of the extension stem shall not be more than nine (9) inches below the top of
the valve box.
b. Buried valves shall be provided with cast iron valve boxes. The boxes shall
be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which
will be used, as an extension from the top of the valve to within eight (8)
inches of the ground surface. The box shall have a heavy cast iron cover
marked "Water". The box shall have a flange type base, with the base being
approximately four (4) inches larger in diameter than the outside diameter of
the barrel of the box. The necessary length of the six (6) inch C 900 PVC
riser pipe required for the extension shall be considered as a part of the box.
Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal.
2.8 FIRE HYDRANTS
A. Hydrants shall be:
a. Clow Medallion.
b. American Darling Model B-84-B.
c. Dresser 129-09
d. Mueller Centurion
e. Approved equal.
B. Hydrants shall meet AWWA C-502
C. Hydrants shall have an iron body, bronze mounted throughout and be designed
for working pressure of 150 psi.
D. Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-
1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle.
E. The hydrant shall be for a 6-inch main.
2.9 POLYETHYLENE WRAP
A. All buried valves and fittings shall be thoroughly wrapped prior to installation
with a polyethylene material meeting the requirements of ASTM D 1248. The
polyethylene material shall have a minimum thickness of eight (8) mils. The L _
wrap shall be secured by two (2) inch duct tape.
Eastport Industrial Area 02665-5 August 2008
Water System Improvements
2.10 JOINT RESTRAINTS (12-INCH AND 10-INCH PIPING)
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.
2.11 CONCRETE
A. Concrete may be used for blocking the pipe and fittings and shall conform to the
concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete,
except a minimum compressive strength of 2,800 psi will be acceptable.
PART 3 — EXECUTION
3.1 GENERAL
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for
defects and for leakage, and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, and accessories shall be inspected upon delivery and during the
progress of the Work and any material found to be defective will be rejected by
the Engineer, and the Contractor shall remove such defective material from the
site of the Work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished and shall replace, at
the Contractor's expense, all such material that is found to be defective in
manufacture or has become damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, and other accessories shall, unless otherwise directed, be
unloaded at the point of delivery, hauled to and distributed at the site of the Work
by the Contractor. In loading and unloading, they shall be lifted by hoists or slid,
or rolled on skidways in such a manner as to avoid shock or damage to the
materials. Under no circumstances shall they be dropped. Pipe handled on
skyways must not be skidded or rolled against pipe already on the ground.
B. The pipe, fittings, and accessories shall be placed along the site in such a manner
as to be kept as free as possible from dirt, sand, mud, and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans
or as established on the ground by the Engineer.
Eastport Industrial Area 02665-6 August 2008
Water System Improvements
B. The Contractor shall verify horizontal and vertical locations of items critical to
the alignment and grade of the proposed water line. Confirm compliance with
the Drawings and Specifications.
C. Wherever it is necessary to deflect pipe from a straight line either in a vertical or
horizontal plane to avoid obstructions, to plumb valves, or where vertical or
horizontal curves are shown or permitted, the degree of deflection at each joint
shall not exceed the maximum deflection noted on the Drawings.
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. 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
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: The last eight (8) inches outside of the spigot and
inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove
oil, grit, excess coating, and other foreign matter from the joint, and then painted
with lubricant recommended by the pipe manufacturer. The cast iron gland shall
then be slipped on the spigot end of the pipe with the lip extension of the gland
Eastport Industrial Area 02665-7 August 2008
Water System Improvements i
t=
toward the socket or bell end. The rubber gasket shall be painted with lubricant
recommended by the pipe manufacturer and placed on the spigot end with the
thick edge toward the gland.
a. The entire section of the pipe shall be pushed forward to seat the spigot end
in the bell. The gasket shall then be pressed into place within the bell; care
shall be taken to locate the gasket evenly around the entire joint. The gland
shall be moved along the pipe into position for bolting, all of the bolts
inserted, and the nuts screwed up tightly with the fingers. All nuts shall be
tightened with a suitable torque limiting wrench.
b. Nuts spaced 180 degrees apart shall be tightened alternately in order to
produce an equal pressure on all parts of the gland.
H. If water gets in the trench before the joint is completed, or if the pipe is disturbed
from line and grade after being laid, the pipe shall be taken up, the joints cleaned
and the pipe re-laid.
I. Immediately after completion of the jointing, sufficient bedding and backfill
material shall be placed around and over the pipe to hold the pipe to line and
grade.
J. Premoulded joints shall be made in accordance with the recommendations of the
manufacturer of the pipe. The surfaces of the jointing material on both the bell
and spigot at each joint shall be wiped with the solvent recommended by the pipe
3 manufacturer. The spigot shall then be firmly forced into the bell using a bar or
other similar lever and a block of wood to prevent damage to the pipe.
3.9 PLUGGING DEAD ENDS
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or
crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe
or fittings in the same manner used in jointing the pipe. All plugs and caps shall
have horizontal thrust blocks.
3.10 FITTINGS
A. Fittings shall be set at the locations shown on the plans or at locations as
established by the Engineer, and shall be set and jointed to the pipe in the manner
heretofore specified for pipe installations. Concrete blocking shall be provided
for all buried fittings.
3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS, AND FITTINGS
A. General: Valves and fittings shall be set at the locations shown on the Drawings
and shall be set and jointed to the pipe in the manner heretofore specified for pipe
installations. All valves shall be hub end as required and all valves buried in the
ground shall have a cast iron or precast concrete valve box set over the valve.
All valves shall be set vertical, unless otherwise specified, and shall be
thoroughly checked for operation prior to installation. After pressure has been
applied to the line, stuffing boxes shall be checked for operation prior to
installation. After pressure has been applied to the line, stuffing boxes shall be
checked and tightened if necessary.
B. Valve Boxes: Valve boxes shall be firmly supported and maintained centered
and plumb over the wrench nut of the valve, with the box cover flush with the
surface of the ground or at such a level as directed by the Engineer. All valve
boxes under pavement shall be adjusted to finished pavement grades.
Eastport Industrial Area 02665-8 August 2008
Water System Improvements
i
C. Fire Hydrants: Fire hydrants shall be located at the points shown on the
Drawings. All fire hydrants shall be set plumb, to the grade established on the
Drawing, and with the steamer nozzle at right angles to the street.
a. The hydrants shall be supported in such a manner as not to cause a strain on
the fire hydrant lead or branch. The bowl of the hydrant shall be well braced
against unexcavated earth at the end of the trench with concrete blocking.
The concrete blocking shall be placed so as not to interfere with the hydrant
drains and so that the joints of the flanges are accessible.
b. Blocking of gate valves on fire hydrants leads shall be with concrete as
shown on the Drawings.
c. The hydrants shall be thoroughly cleaned of dirt or foreign matter and
checked for operation prior to installation. Drain holes shall not be blocked
or sealed.
d. Fire hydrants shall be installed and maintained so that the center of the
lowest water outlet shall be eighteen (18) inches from the ground.
e. Fire hydrants shall be installed with the four (4) inch nozzle facing the
required access way.
3.12 CONCRETE THRUST BLOCKING
A. Anchorage or Bends, Tees, and Plugs, Etc.: Reaction or thrust blocking shall be
applied to all pipe lines at all tees, plugs, caps, and bends. The blocking shall be
placed between solid ground and the fittings to be anchored; the area of bearing
on pipe and the ground in each instance shall be sufficient to withstand the
maximum thrust anticipated and as shown on the Drawings. The blocking shall
be so placed that the pipe and fitting joints will be accessible for repair.
B. Restrained Joints: At the Contractor's option, restrained joints may be installed
on the pipe at fittings and valves in lieu of concrete thrust blocking. Pipe
restraints shall be suitable for the pipe with which they are installed and shall
have the ability to withstand a maximum pressure of no less than* 150 psi. Pipe
restraints shall be installed at all joints and fittings within the length specified on
the Drawings.
3.13 EXCAVATION, TRENCHING, AND BACKFILLING
A. Backfill of Excavations.
Eastport Industrial Area
Water System Improvements
a. Backfill and compaction shall be performed in
accordance of COL Ordinance 2007-00122.
Backfill around pipe with specified granular bedding
material that is free of large rocks, topsoil, debris or
other unacceptable material.
b. The backfill around the pipe shall be shovel sliced
around the haunch of the pipe and mechanically
compacted or hand tamped to a point 12 inches above
the top of the pipe
C. Backfill from 12 inches above the pipe to the finished
grade will be as follows:
i. For unpaved areas, use excavated material that is
free of large rocks, debris or other material
determined unsuitable by the Owner's
Representative. Backfill shall be placed in
maximum six (6) inch lifts and compacted to
02665-9
August 2008
t
95% Standard Proctor Density at +/- 2%
optimum moisture content. Each lift shall be
tested at a maximum of 500 feet intervals
i
according to ASTM designation D-698. These
tests shall be performed by a reputable
contractor specializing in geotechnical work and
will be at the successful bidder's expense.
Copies of these tests shall be provided to the
Owners Representative. The City of Lubbock
will perform random spot testing at no expense
to the contractor.
ii. For paved areas, place Cement Stabilized
Backfill (CSB) meeting City of Lubbock
Standards under the bottom of the pavement in a
minimum of thickness of 12". The backfill from
12-inches above the top of pipe to the CSB shall
be in placed in maximum 6 inch lifts and
compacted to 95% Standard Proctor Density.
Each lift shall be tested at a maximum of 500
feet intervals according to ASTM designation D-
698. These tests shall be performed by a
reputable contractor specializing in geotechnical
work and will be at the successful bidders
expense. Copies of these tests shall be provided
to the Owners Representative. The City of
Lubbock will perform random spot testing at no
expense to the contractor.
3.14 LINE TESTING
A. After the pipe is laid and the joints completed, each section or run of piping, shall
be tested as specified herein. The Contractor shall bear all costs of providing all
equipment, materials, labor, and other incidentals required to test pipe lines as
specified herein. The Contractor shall provide suitable means for filling the lines
and developing the required pressure in the lines. Testing procedure shall be as
follows:
a. Duration — The duration of the hydrostatic test shall be a minimum of four
(4) hours.
b. Pressure — The pipeline shall be tested so that the pressure at the lowest point
in the test section is at least 100 percent, but not greater than 120 percent of
the pressure class of the pipe, and the minimum pressure at the highest point
in the test section is not less than 85 percent of the pressure class of the pipe.
c. Allowable Leakage — The maximum allowable leakage for push -on joints is
the number of gallons per hour as determined by the following formula(s):
PVC: ductile Iron:
L = ND(P)'h L = SD(P) �
7,400 133,200
where:
Eastport Industrial Area 02665-10 August 2008
Water System Improvements
L = allowable leakage in gallons per hour
N = number of joints in length of pipe tested
S = length of pipe
D = nominal diameter of the pipe in inches
P = average of the maximum and minimum pressures within the
test section in psi
d. Any leakage which becomes evident prior to final acceptance of the project
shall be found and repaired to the satisfaction of the Engineer even though
the particular line has been previously accepted and tested.
3.15 DISINFECTION OF PIPE LINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the
disinfection of all pipe lines, which shall be disinfected before being placed in
service. The lines shall be disinfected by the application of a chlorinating agent
in accordance with the requirements of AWWA C 651, include the placement of
hypochlorite granules in the pipe during construction.
B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so
that the Engineer or Owner's Representative may witness the disinfection
activities.
C. Quality Assurance:
a. Bacteriological sampling and test will be performed in accordance with the
latest requirements of Standard Methods for the Examination of Water and
Wastewater.
b. The City of Lubbock laboratory will be used for bacteriological testing.
D. Chemicals:
a. Acceptable disinfectants are liquid and solid forms of hypochlorites. Liquid
chlorine gas is not acceptable.
b. Acceptable chemicals for neutralizing chlorinated water are liquid and solid
forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate.
c. The water being used to fill the line shall be controlled to flow into the
section to be sterilized very slowly, and the rate of application of the
chlorinating agent shall be proportioned at least fifty (50) parts per million in
the water entering the pipe.
E. Temporary Facilities:
a. Provide temporary taps or blowoffs as required. As a minimum, use a two
(2) inch diameter steel pipe and fittings with isolation valves and sampling
taps.
b. Water used for the initial flushing as well as the final chlorination shall be
introduced into the pipeline through a corporation stop or other approved
connection inserted in the horizontal axis of the newly laid pipe.
c. No connection to the existing distribution system is allowed until the pipeline
has passed all bacteriological testing.
F. Final Flushing:
a. Flush the water system of the highly chlorinated water within twenty-four
(24) hours of initial chlorination.
b. Flush water in a location and manner approved by the Engineer.
c. Neutralize the highly chlorinated water to a maximum free chlorine residual
of 1.0 mg/L.
G. Sampling and Analysis:
Eastport Industrial Area 02665-11 August 2008
Water System Improvements
a. Collect bacteriological samples at intervals no more than 1000 feet and one
(1) sample from each end of the pipeline in the presence of the Engineer or
..y Owner's representative.
l F b. The Owner's representative or the Engineer shall deliver the samples to the
City of Lubbock Health Department or the City of Lubbock Water Treatment
Laboratory for analysis.
c. Collect samples after the initial disinfection and after the facilities have been
filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L
has been detected.
H. Acceptance:
a. Facilities will be considered properly disinfected when two (2) consecutive
sets of acceptable bacteriological samples, taken at least twenty-four (24)
hours apart, have indicated the absence of coliform organisms.
b. After acceptance by the Engineer, remove all temporary facilities and
properly plug test taps. The pipeline may then be connected to the City of
Lubbock water distribution system.
3.15 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING
A. Installation of the casing pipe sleeves shall be accomplished by boring as
specified herein. Equipment used shall be such size and capacity as to allow the
placement of the casing to proceed in a safe and expeditious manner. Installation
of the casing and the excavation and removal of the materials within the casing
shall proceed simultaneously.
B. The boring shall proceed from a pit provided for the boring equipment and
workers. Excavation and location of the pit shall be approved by the Engineer
and County as appropriate. Boring without the concurrent installation of the
casing pipe will not be permitted. The use of water or other fluids in connection
with the boring operation will be permitted only to the extent of lubricating
cuttings. Jetting will not be permitted. Overcutting in excess of one (1) inch
shall be remedied by concrete pressure grouting the entire length of the
installation. All casing pipe joints shall be welded. Care shall be taken to keep
the pipe sleeve on the proper line and grade.
C. After the casing pipe has been jacked and bored and is accepted by the Engineer,
the pipe shall be shoved through the casing. The pipe shall be pushed or pulled
through the casing by exerting pressure on the barrel of the pipe and not on the
bell, and shall be done in such a manner that the joint is always in compression
during the shoving operation.
3.16 PIPE IDENTIFIERS
A. Marking Tape: All pipes installed in an open trench will be identified with the
appropriate color and description of three (3) inch wide pipe identification tape.
Install the tape parallel to the pipe it identifies at a distance above the pipe of
twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material,
install a tape detectable with a metal detector from the top of finished grade.
Install detectable tape as deep as it can be detected but no closer to the non-
metallic pipe than twelve (12) inches.
3.16 CLEANUP
Eastport Industrial Area 02665-12 August 2008
Water System Improvements
C
A. The backfill shall be rounded up over the trench sufficiently to allow for future
settlement and any excess dirt shall be removed from the site.
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until
final completion and acceptance of the Work. The maintenance shall include
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
Eastport Industrial Area 02665-13 August 2008
Water System Improvements
SECTION 02741
HOT -MIX ASPHALT PAVING
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
B. Section 01400 — Quality Requirements
1.2 SUMMARY
A. This Section includes the following:
a. Hot -mix asphalt paving.
b. Hot -mix asphalt patching.
c. Asphalt surface treatments.
d. Pavement -marking paint.
e. Cold milling of existing hot -mix asphalt pavement.
1.3 DEFINITIONS
A. Hot -mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of
terms.
B. TxDOT: Texas Department of Transportation "Standard Specifications for
Construction and Maintenance of Highways, Streets, and Bridges", 2004.
1.4 REFERENCES
A. AASHTO T 102 — Spot Test of Asphaltic Materials.
B.
AASHTO T 245 — Resistance to Plastic Flow of Bituminous Mixtures Using
Marshall Apparatus.
C.
AASHTO M 248 — Standard Specification for Ready -Mixed White and Yellow
Traffic Paints.
D.
Al MS-2 — Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types.
E.
Al MS-22 — Construction of Hot -Mix Asphalt Pavements.
F.
ASTM C 29/C 29M — Unit Weight and Voids in Aggregate.
G.
ASTM C 88 — Soundness of Aggregates by Use of Sodium Sulfate or
Magnesium Sulfate.
H.
ASTM C 117 —Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral
Aggregates by Washing.
I.
ASTM C 127 — Specific Gravity and Absorption of Coarse Aggregate.
J.
ASTM C 128 — Specific Gravity and Absorption of Fine Aggregate.
K.
ASTM C 131— Resistance to Degradation of Small -Size Coarse Aggregate by
Abrasion and Impact in the Los Angeles Machine.
L.
ASTM C 136 — Sieve Analysis of Fine and Coarse Aggregate.
M.
ASTM C 188 — Density of Hydraulic Cement.
N.
ASTM D 70 — Specific Gravity of Semi -Solid Bituminous Materials.
O.
ASTM D 75 — Sampling Aggregates.
Eastport Industrial Area 02741-1 August 2008
Water System Improvements
P. ASTM D 242 — Mineral Filler for Bituminous Paving Mixtures.
Q. ASTM D 546 — Sieve Analysis of Mineral Filler for Road and Paving Materials.
R. ASTM D 692 — Coarse Aggregate for Bituminous Paving Mixtures.
S. ASTM D 854 — Specific Gravity of Soils.
T. ASTM D 946 — Penetration -Graded Asphalt Cement for Use in Pavement
Construction.
U. ASTM D 979 — Sampling Bituminous Paving Mixtures.
V. ASTM D 995 — Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving
Mixtures.
W. ASTM D 1073 — Fine Aggregate for Bituminous Paving Mixtures.
X. ASTM D 1075 — Effect of Water on Cohesion of Compacted Bituminous
Mixtures.
Y. ASTM D 1188 — Bulk Specific Gravity and Density of Compacted Bituminous
Mixtures Using Paraffin -Coated Specimens.
Z. ASTM D 1559 — Resistance to Plastic Flow of Bituminous Mixtures Using
Marshall Apparatus.
AA. ASTM D 2027 — Standard Specification for Cutback Asphalt.
BB. ASTM D 2041— Theoretical Maximum Specific Gravity and Density of
Bituminous Paving Mixtures.
CC. ASTM D 2172 — Quantitative Extraction of Bitumen from Bituminous Paving
Mixtures.
DD. ASTM D 2726 — Bulk Specific Gravity and Density of Non -Absorption
Compacted Bituminous Mixtures.
EE. ASTM D 2950 — Standard Test Method for Density of Bituminous Concrete in
Place by Nuclear Methods.
FF. ASTM D 3381— Viscosity -Graded Asphalt Cement for Use in Pavement
Construction.
GG. ASTM D 3405 — Standard Specification for Joint Sealants, Hot Applied, for
Concrete and Asphalt Pavements.
HH. ASTM D 3549 — Standard Test Method for Thickness or Height of Compacted
Bituminous Paving Mixture Specimens.
H. TEX-126-E — Molding, Testing, and Evaluating Bituminous Black Base
Materials.
JJ. TEX-204-F — Design of Bituminous Mixtures.
KK. TEX-224-F — Determining Flakiness Index.
LL. TxDOT Item 300 — Asphalt, Oils, and Emulsions.
MM. TxDOT Item 301— Asphalt Antistripping Agents.
NN. TxDOT Item 340 — Specification for Hot -Mix Asphaltic Concrete Pavement.
00. TxDOT Item 345 — Specification for Asphaltic Stabilized Base.
PP. TxDOT Item 662 — Work Zone Pavement Markings.
QQ. TxDOT Item 666 — Reflectorized Pavement Markings.
RR. TxDOT Item 672 — Raised Pavement Markers.
SS. City of Lubbock Specifications — City of Lubbock Street/Drainage Engineering
Standard Specifications.
1.5 SUBMITTALS
A. Product Data:
a. For each type of product indicated, include technical data and tested physical
and performance properties.
B. Job Mix Designs:
Eastport Industrial Area
Water System Improvements
02741-2
August 2008
a
a. Submit a job -mix design, for approval prior to preparing and placing the
bituminous mixture. Design mix using procedures contained in Chapter III,
Marshall Method of Mix Design, of AI MS-2. Formulas shall indicate
physical properties of the mixes as shown by the tests made by a commercial
laboratory approved by the Engineer, using materials identical to those to be
provided on this project. Submit formulas with material samples. Job -mix
formula for each mixture shall be in effect until modified in writing by the
Contractor and approved by the Engineer. Provide a new job -mix formula
for each source change. Job mix shall be for this specific project. Job mixes
x
developed for other projects, although they may have similar requirements,
will be rejected without review.
C. Qualification Data
a. Submit qualifications for product manufacturers.
D. Material Test Reports
a. Specific gravity test of asphalt
b. Coarse aggregate tests
_
c. Weight of slag test
d. Percent of crushed pieces in gravel
e. Fine aggregate tests
f. Specific gravity of mineral filler
a
g. Bituminous mixture tests
h. Aggregates tests
i. Bituminous mixture tests
j. Aggregates tests
k. Bituminous mix tests
1. Pavement courses
E. Product Submittals
a. Pavement marking materials.
1.6 QUALITY ASSURANCE
A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing
indicated, as documented according to ASTM E 548.
B. Asphalt Paving: Comply with TxDOT Item 345 "Asphalt Stabilized Base"
(Plant Mix) unless other requirements are indicated herein, for asphalt -stabilized
base. Comply with TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement"
for hot mix wearing course unless other requirements are indicated herein.
C. Mock -Up Test Section
a. Prior to full production of the binder and wearing course(s), prepare a
quantity of bituminous mixture according to the job -mix formula. Construct
a test section two hundred (200) feet long by not less than ten (10) feet wide
and of the same compacted depth specified for the construction of the course,
which the test section represents. The underlying grade or pavement
structure upon which the test section is to be constructed shall be the same as
the remainder of the course represented by the test section. Test not less than
two (2) samples of the mixture produced at the plant for gradation, asphalt
cement content, stability, flow, air voids, voids in mineral aggregate, and in
weight. Obtain not less than three (3) cores from the test strip for density and
thickness tests. Check the test section for smoothness and finish surface
texture. If the test section should prove to be unsatisfactory, make the
necessary adjustments to the mix design, plant operation, transportation,
laydown, and/or rolling procedures. Additional test sections, as required,
Eastport Industrial Area 02741-3 August 2008
Water System Improvements
shall be constructed and evaluated for conformance to the specified
requirements. When test sections do not conform to specified requirements,
remove and replace the bituminous pavement. A marginal quality test
section that has been placed in an area of little or no traffic may be left in
place. If a second test section also does not meet specified requirements,
remove both sections at the Contractor's expense. Full production shall not
begin without the Engineer's approval.
D. Required Data
a. Job -mix formula shall show the following:
i. Source and proportions, percent by weight, of each ingredient of the
mixture.
ii. Correct gradation, the percentages passing each size sieve listed in
the specifications for the mixture to be used, for the aggregate and
mineral filler from each separate source and from each different size
to be used in the mixture and for the composite mixture.
iii. Amount of material passing the No. 200 sieve determined by dry
sieving.
iv. Number of blows of hammer compaction per side of molded
specimen.
v. Temperature viscosity relationship of the asphalt cement.
vi. Stability, flow, percent voids in mineral aggregate, percent air voids,
unit weight.
vii. Asphalt absorption by the aggregate.
viii. Effective asphalt content as percent by weight of total mix.
ix. Temperature of the mixture immediately upon completion of mixing
x. Asphalt viscosity grade and/or penetration range.
A Curves for the asphalt stabilized base and hot mix asphalt paving
courses.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Inspect materials delivered to the site for damage and store with a minimum of
handling. Store aggregates in such a manner as to prevent segregation,
contamination, or intermixing of the different aggregate sizes.
1.8 PROJECT CONDITIONS
A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or
excessively damp or if the following conditions are not met:
a. Prime and Tack Coats: Minimum surface temperature of 60 degrees
Fahrenheit
b. Asphalt Base Course: Minimum surface temperature of 40 degrees
Fahrenheit and rising at time of placement.
c. Asphalt Surface Course: Minimum surface temperature of 60 degrees
Fahrenheit at time of placement.
1.9 MIXING PLANT
A. Provide mixing plant capable of meeting the needs of the project.
B. At not time shall the plant hinder the progress of the project.
Eastport Industrial Area
Water System Improvements
02741-4
August 2008
PART 2 — PRODUCTS
2.1 MATERIALS
A. Aggregate General: Use materials and gradations that have performed
satisfactorily in previous installations.
a. Coarse Aggregate — Coarse aggregate shall conform to ASTM D 692.
i. The coarse aggregate shall be the materials retained on a No. 4 sieve,
and shall consist of clean, tough, durable fragments of crushed stone
of uniform quality. Mixing or combining of crushed gravel and
crushed stone will not be permitted. Coarse aggregate shall be
crushed to the extent that produces a minimum of fifty-five (55)
percent crushed faces for Type "C" HMAC as defined by the City of
Lubbock paving specifications when tested in accordance with
ASTM D 692.
ii. Coarse aggregate shall have a minimum loss of fifteen (15) percent
when subjected to four (4) cycles of the Magnesium Sulfate
Soundess Test ASTM C 88. The amount of organic matter, clays,
loams, or particles coated therewith, of other undesirable materials
shall not exceed two (2) percent. When subjected to the Los Angeles
Abrasion test, the coarse aggregate shall not have a loss greater than
forty (40) percent by weight.
iii. Coarse aggregate may be enhanced by the addition of crushed
concrete (Class A minimum). The crushed concrete shall be
processes and blended at the Contractor's batch plant. The material
shall be processed to remove wood, steel, and other objectionable
materials so as to produce a crushed aggregate in conformance with
these specifications.
b. Fine Aggregate — Fine aggregate shall conform to ASTM D 1073.
i. The fine aggregate shall be that part of the material passing the No. 4
sieve and shall consist of sand and/or screenings. The plasticity
index of that part of the sand passing the No. 40 sieve shall not
exceed six (6). The plasticity index of the screenings shall not
exceed nine (9).
ii. Sand shall be composed of durable stone particles free from injurious
foreign matter. Screenings shall be of the same or similar material as
specified for coarse aggregate.
c. Mineral Filler
i. Mineral filler shall conform to ASTM D 242 and consist of
thoroughly dry stone dust, Portland cement, or other material dust
approved by the Engineer. The mineral filler shall be free from
foreign and other injurious matter and shall meet the following
gradation:
1. Percent by Weight Retained on No. 30 Sieve — 0
2. Percent by Weight Retained on No. 80 Sieve —10 maximum
3. Percent by Weight Retained on No. 200 Sieve — 35
maximum
B. Asphalt
a. Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or
performance grade 64-28 S or L, AASHTO Performance Graded Binder
Specification (MP1).
Eastport Industrial Area 02741-5 August 2008
Water System Improvements
b. The Contractor shall notify the Engineer of the source of the asphaltic
material for approval prior to production of the asphaltic mixture.
c. The optimum asphalt content shall be determined'by the Marshall Stability
method.
d. The percent asphalt content in HMAC surface shall be optimum as indicated
by Marshall Stability optimum plus 0.25% for Type "C" HMAC as defined
by City of Lubbock paving specifications.
e. The asphalt content of the paving mixture shall not be below optimum, or
vary from the specified design asphalt content by more than plus 0.30% dry
weight, based on total mixture.
C. Prime Coat
a. The surface shall be primed using an application of 0.20 to 0.30 gallons per
square yard of MC asphalt conforming to ASTM D 2027 — MC 30.
D. Tack Coat
a. The asphaltic material for tack coat shall meet the requirements for Cut -Back
Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure
MS-1 emulsified asphalt.
E. Joint Sealant
a. ASTM D 3405 or AASHTO M 301, hot -applied, single -component,
polymer -modified bituminous sealant.
F. Emulsified Asphalt Sealer
a. The surface coat shall be sealed using a 15/85 mix of MS-2 (or 20/80 SS-1)
liquid anionic asphalt and distilled water at a rate of 0.10 to 0.12 gallons per
square yard of surface.
G. Mix Design
a. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by
authorities having jurisdiction; designed according to procedures in Al MS-2
"Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and
complying with the following requirements:
i. Provide mixes with a history of satisfactory performance in
geographical area where Project is located.
b. Base Course
i. Asphalt stabilized base shall consist of a compacted mixture of
graded gravel aggregate and asphalt cement mixed hot in a mixing
plant in accordance with these specifications. Unless otherwise
specified, the materials and construction shall conform to TxDOT
Item 345 "Asphalt Stabilized Base" (Plant Mix).
ii. The Contractor shall provide a current mix design using the
approved materials indicating gradation and optimum asphalt
content. The aggregate mixture shall conform to the following
master gradation:
Sieve Size
1 1 1/2"
3/4"
1/2"
1No. 4
No. 40
Percent Retained by Wei t
1 0
8-30
30-55
1 50-70
170-90
F,astport Industrial Area
Water System Improvements
Material passing the No. 40 sieve shall be known as soil binder
and shall meet the following requirements:
Liquid Limit shall not exceed: 45
Plasticity Index shall not exceed: 15
Linear Shrinkage shall not exceed: 5
iii. The mineral aggregate shall not contain more than 0.5% moisture
prior to entering the pugmill for mixing with asphalt.
02741-6
August 2008
iv. The ASB mixture shall consist of a uniform mixture of mineral
aggregate and asphaltic material. The mineral aggregate shall
conform to the gradation requirements specified. The percent
asphaltic material shall be determined in accordance with Test
Method Tex-126-E or Test Method Tex-204-F and procedures
outlined in TxDOT Bulletin C-14. In no case shall the asphalt
content be less than four (4) percent or more than nine (9) percent by
weight. Asphalt for the mixture shall meet the requirements of
TxDOT Item 300 "Asphalt, Oils, and Emulsions". The grade of
asphalt and source must be approved by the Engineer prior to use.
D. Surface Course
i. Hot mix asphalt concrete surface shall consist of a compacted
mixture of coarse aggregate, fine aggregate, mineral filler (if
required), and asphalt cement mixed hot in a mixing plant in
accordance with these specifications. Unless otherwise specified, the
materials and construction shall conform to TxDOT Item 340 "Hot
Mix Asphaltic Cement Pavement".
ii. The combined mineral aggregate, after final processing by the
mixing plant and prior to addition of asphalt and mineral filler, shall
have a sand equivalent value of not less than forty-five (45) when
tested in accordance with Test Method Tex-203-F. The percent of
flat or elongated slivers of stone for any aggregate shall not exceed
twenty-five (25) percent when tested in accordance with Test
Method Tex-224-F.
iii. Asphaltic mixtures with aggregates which exhibit stripping
characteristics shall be conditioned with either lime or anti -stripping
agent approved by the Engineer. Anti -stripping agents shall meet the
requirements of TxDOT Item 301 "Asphalt Antistripping Agents",
and shall be added at the manufacturer's recommended dosage and
temperature range.
d. Type "C" Hot Mix Asphaltic Concrete (HMAC) as defined by the City of
Lubbock paving specifications shall be used for asphalt paved street repairs
on this project. The Contractor shall provide a current HMAC mix design
using the approved materials indicating gradation and optimum asphalt
content. The aggregate mixture shall conform to the following master
gradation:
Type "C" Coarse Graded Surface Course
Percent passing 7/8"
100
Percent passing 5/8"
98-100
Percent retained on 3/8"
12-25
Percent retained on No. 4
15-30
Percent retained on No. 10
12-30
Total Percent Retained on No. 10
53-65
Percent retained on No. 40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent assing No.200
1-6
Material passing the No. 40 sieve shall be known as soil binder
and shall meet the following requirements:
Eastport Industrial Area 02741-7 August 2008
Water System Improvements
Liquid Limit shall not exceed: 45
Plasticity Index shall not exceed: 15
Linear Shrinkage shall not exceed: 5
e. The mineral aggregate shall not contain more than 0.5 percent moisture prior
to entering the pugmill for mixing with asphalt.
f. The HMAC mixture shall consist of a uniform mixture of mineral aggregate
and asphalt material. The percent asphalt in the mixture shall be determined
to meet the Marshall Stability criteria as follows:
Marshal Criteria
Type "C"
No. Blows each end of specimen)
75
Stability lb.
1500
Flow units of 0.01 inch
8 min. 16 max.
Percent Air Voids
2 min 5 max
Molding temperature for Marshal Criteria shall be 275 degrees Fahrenheit.
PART 3 — EXECUTION
3.1 EXAMINATION
A. Verify that subgrade is dry and in suitable condition to support paving and
imposed loads.
B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are
unstable or that require further compaction.
C. Proceed with paving only after unsatisfactory conditions have been corrected.
D. Surface shall be clean and free of loose dirt, rock, and any other foreign matter.
3.2 PRIME COAT
A. Application
a. Immediately following the surface preparation, apply the bituminous material
by means of the bituminous distributor. Apply the bituminous material at a
pressure range of twenty-five (25) to seventy-five (75) pounds per square
inch within the temperature limits specified herein, and at a rate of not less
than 0.20 gallon nor more than 0.30 gallon of bituminous material per square
yard. Apply the bituminous material so that uniform distribution is obtained
over the entire surface to be treated with slight puddling on the surface.
Unless the distributor is equipped to obtain satisfactory results at the junction
of previous and subsequent applications, spread building paper on the surface
of the applied material for a sufficient distance back from the ends of each
application, so that flow from the sprays may be started and stopped on the
paper, and so that all sprayers will operate at full force on the surface to be
treated. Immediately after the application, remove the building paper and
apply bituminous material to spots missed by the distributor.
B. Curing
a. Following the application of bituminous material, allow the surface to cure
without being disturbed for a period of not less than forty-eight (48) hours or
longer as may be necessary, to attain penetration into the foundation course
Eastport Industrial Area 02741-8 August 2008
Water System Improvements
and evaporation of the volatiles from the bituminous material. Furnish and
spread enough sand to effectively blot up and cure excess bituminous
material. Maintain the primed surface until the succeeding layer of pavement
} is placed by protecting the surface against damage and by repairing and
repriming deficient areas.
C. Temperature
a. Maintain application temperature between 68 and 149 degrees Fahrenheit.
D. Protection
a. Keep traffic off surfaces freshly treated with bituminous material. Provide
1 sufficient warning signs and barricades to prevent traffic over freshly treated
surfaces.
3.3 TACK COAT
A. Application
a. Apply the tack coat when the surface to be treated is dry. Immediately
following the preparation of the surface for treatment, apply the bituminous
material by means of the bituminous distributor, within the limits of
temperature specified herein and at a rate of not less than 0.05 gallon nor
more than 0.15 gallon of diluted emulsion per square yard. Apply the
bituminous material so that uniform distribution is obtained over the entire
surface to be treated. Treat lightly coated areas and spots missed by the
distributor with the bituminous material. Following the application of
bituminous material, allow the surface to cure without being disturbed for a
period of time necessary to permit setting of the tack coat. Apply the
bituminous tack coat only as far in advance of the placing of the overlying
layer as required for that day's operation. Maintain and protect the treated
surface from damage until the succeeding course of pavement is placed.
B. Temperature
a. Maintain application temperature between 122 and 185 degrees Fahrenheit.
C. Material Test
a. Perform spot test for asphalt in accordance with AASHTO T102 on each
shipment.
D. Traffic Controls
a. Keep traffic off surfaces freshly treated with bituminous material. Provide
sufficient warning signs and barricades to prevent traffic over freshly treated
surfaces.
3.4 ASPHALT STABILIZED BASE COURSE (ASB)
A. ASB shall not be placed when air temperature as reported by the National
Weather Service is below 45 degrees Fahrenheit and falling.
B. ASB shall be placed at a temperature between 255 and 285 degrees Fahrenheit
during the months of June, July, and August. During other months, ASB shall be
placed at a temperature between 275 and 325 degrees Fahrenheit.
C. Any ASB material that is above or below the specified temperature range may be
rejected. No payment will be made for any rejected material.
D. ASB shall be placed and compacted in three (3) inch lifts, unless otherwise
directed by the Engineer. The material shall be placed in such a manner that
when properly compacted the finished course is smooth, of uniform density, and
in conformance with required cross -sections and grades.
Eastport Industrial Area 02741-9 August 2008
Water System Improvements
3.5 SURFACE COURSE
A. HMAC shall be placed with a minimum compacted thickness of 1 1/2 inches
unless otherwise shown on the plans.
B. Laying of HMAC shall not start until sunrise, and must stop one hour before
sunset.
C. Air temperature requirements as follows:
a. November I to April 1— HMAC shall not be placed when the air temperature
is below 55 degrees Fahrenheit and falling. HMAC may be placed when the
air temperature is above 50 degrees Fahrenheit and rising.
b. April 1 to November 1— HMAC shall not be placed when the air temperature
is below 50 degrees Fahrenheit and falling. HMAC may be placed when the
air temperature is above 45 degrees Fahrenheit and rising.
c. Air temperature shall be determined by the National Weather Service hourly
report.
D. If the temperature of any HMAC, measured while passing through the laydown
machine, is 25 degrees Fahrenheit more or less than the mixing temperature, that
load shall be rejected. No payment will be made for rejected material.
E. The asphaltic mixture shall be dumped and spread on the approved prepared
surface using an approved spreading and finishing machine. The material shall
be placed in such a manner than when properly compacted the finished course is
smooth, of uniform density, and in conformance with the cross -sections and
grades shown on the associated plans.
F. Raking loose material back across the HMAC mat will not be permitted.
G. Wings of the laydown machine may not be dumped unless they are dumped after
every load.
H. A level up course, 1/2 inch or more in thickness, shall require the use of ASB or
a coarse grade of HMAC approved by the Engineer.
I. When the asphaltic mixture is placed in a small area where use of a finishing -
machine is not practical, the Contractor may use other methods approved by the
Engineer provided a satisfactory surface can be obtained.
J. Adjacent to curbs, gutters, or other flush structures, the surface shall be finished
uniformly high so that when compacted it will be 1/4 inch above the curb or flush
structure.
K. All joints shall present the same texture, density, and smoothness as other
sections of the course. The joints between old and new pavements or between
successive day's work shall be made to ensure a continuous bond between the
old and new sections of the course. The transverse edges of old pavement and, if
required by the Engineer, the successive day's pavement shall be cut with an
approved concrete saw to expose an even vertical surface for the full thickness of
the course. All contact surfaces of previously constructed pavement shall be
painted with a thin uniform coat of hot bituminous material (tack coat) before the
fresh mixture is placed.
L. Rolling with three (3) wheel and tandem rollers shall start longitudinally at the
sides and proceed toward the center of the pavement, overlapping on successive
trips by at least half the width of the rear wheels. Alternate trips of the roller
shall be slightly different in length. On super elevated curves, rolling shall begin
at the low side and progress toward the high side.
M. The motion of the rollers shall be slow enough to avoid displacement of the
mixture. Rollers shall not be permitted to stand on pavement which has not fully
compacted. Any displacement of the mixture shall be corrected immediately by
the use of rakes and fresh mixture were required.
Eastport Industrial Area 02741-10 August 2008
Water System Improvements
N. Places inaccessible to the rollers may be compacted using lightly oiled tamps.
Limited areas where required compaction cannot be obtained using a three (3)
wheel roller shall be compacted with a trench type roller.
O. The surface of the pavement after compaction shall be smooth and true to the
established line, grade, and cross-section. When tested with a ten (10) foot
straight edge placed parallel to the centerline of the roadway, or other means
acceptable to the Engineer, the maximum deviation shall not exceed 1/8 inch in
ten (10) feet. An acceptable ten (10) foot straight edge shall be provided by the
Contractor. Any point in the surface not meeting this requirement shall be
corrected as directed by the Engineer. When placed on existing surfaces, the 1/8
inch maximum deviation requirements may be waived by the Engineer.
3.6 JOINTS
A. Construct joints to ensure a continuous bond between adjoining paving sections.
Construct joints free of depressions with same texture and smoothness as other
sections of hot -mix asphalt course.
a. Clean contact surfaces and apply tack coat to joints.
b. Offset longitudinal joints, in successive courses, a minimum of six (6)
inches.
c. Offset transverse joints, in successive courses, a minimum of twenty-four
(24) inches.
d. Construct transverse joints as described in Al MS-22, "Construction of Hot
Mix Asphalt Pavements".
e. Compact joints as soon as hot mix asphalt will bear roller weight without
excessive displacement.
f. Compact asphalt joints to a density within two (2) percent of specified course
density.
3.7 COMPACTION
A. General: Begin compaction as soon as placed hot mix paving will bear roller
weight without excessive displacement. Compact hot mix paving with hot, hand
tampers or vibratory plate compactors in areas inaccessible to rollers.
a. Complete compaction before mix temperature cools to 185 degrees
Fahrenheit.
B. Breakdown Rolling: Complete breakdown or initial rolling immediately after
rolling joints and outside edge. Examine surface immediately after breakdown
rolling for indicated crown, grade, and smoothness. Correct laydown and rolling
operations to comply with requirements.
C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown
rolling while hot mix asphalt is still hot enough to achieve specified density.
Continue rolling until hot mix asphalt course has been uniformly compacted to
the following density:
a. Average Density: ninety-six (96) percent of reference laboratory density
according to AASHTO T 245, but not less than ninety-four (94) percent nor
greater than one hundred (100) percent.
D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot mix
asphalt is still warm.
E. Edge Shaping: While surface is being compacted and finished, trim edges of
pavement to proper alignment. Bevel edges while asphalt is still hot, compact
thoroughly.
Eastport Industrial Area 02741-11 August 2008
Water System Improvements
1_
F. Repairs: Removed paved areas that are defective or contaminated with foreign
materials and replace with fresh, hot mix asphalt. Compact by rolling to
specified density and surface smoothness.
G. Protection: After final rolling, do not permit vehicular traffic on pavement until
is has cooled and hardened. so
H. Erect barricades to protect paving from traffic until mixture has cooled enough
not to become marked.
3.8 INSTALLATION TOLERANCES
A. Thickness: Compact each course to produce the thickness indicated within the
following tolerances:
a. Base Course: Plus or minus 1/2 inch.
b. Surface Course: Plus 1/4 inch, no minus
B. Surface Smoothness: Compact each course to produce a surface smoothness
within the following tolerances as determined by using a ten (10) foot straight
edge applied transversely or longitudinally to paved areas:
a. Base Course: 1/4 inch
b. Surface Course: 1/8 inch
c. Crowned Surfaces: Test with crowned template centered and at right angle
to crown. Maximum allowable variance from template is 1/4 inch.
3.9 PAVEMENT MARKING
A. Work Zone Pavement Marking — See Section 01555 — Barricades, Signs, and
Traffic Handling, paragraph 2.2.
f-J
B. Permanent Pavement Markings
a. All permanent pavement markings shall be Reflectorized multiploymer
(Modified Urethane) applied in accordance with manufacturer's
recommendations including surface preparation.
IJ
b. Permanent pavement markings including raised pavement markers shall be
identical in size, shape, color, and location to pavement markings that exist
prior to commencing the Work.
c. Before removing existing pavement markings or existing paving, the
Contractor shall inventory existing paving markings. The inventory shall
include all information necessary to replace the markings in their original
location following pavement reconstruction.
d. Materials and installation for surface markings shall be in accordance with
TxDOT Item 666, except markings may be applied between September 31
and March 1 if temperature and moisture limitations are not exceeded.
LJ
e. Materials and installation for raised pavement markers shall be in accordance
with TxDOT Item 672, Class B.
C. Elimination of Pavement Markings
a. Existing pavement markings and raised pavement markers that are in conflict
with work zone pavement markings shall be removed.
b. Work zone markings that are not eliminated by street construction performed
t
by the Contractor shall be removed as described in this paragraph._
c. Approved methods for removal of markings on asphalt surfaces:
i. Surface treatment application at least two (2) feet in width.
1
ii. Water or water -sand blasting.
iii. Other methods proven to be successful to the Owner.
d. Approved methods for removal of markings on concrete surfaces:
Eastport Industrial Area 02741-12 August 2008
Water System Improvements
_,
1
i. Burning performed in such a manner that does not damage concrete.
ii. Water or water -sand blasting.
iii. Other methods proven to be successful to the Owner.
e. Removal of raised pavement markers and adhesive shall be by mechanical
methods.
3.10 FIELD QUALITY CONTROL
A. Testing Agency: The Contractor shall perform field tests and inspections and
prepare test reports.
a. Testing agency will conduct and interpret tests and state in each report
whether tested work complies with or deviates from specified requirements.
B. Additional testing and inspecting, at Contractor's expense, will be performed to
determine compliance or replaced or additional work with specified
requirements.
C. Thickness: In -place compacted thickness of hot mix asphalt courses will be
determined according to ASTM D 3549.
D. Surface smoothness: Finished surface of each hot mix asphalt course will be
tested for compliance with smoothness tolerances.
E. In -Place Density: Testing agency will take samples of uncompacted paving
mixtures and compacted pavement according to ASTM D 979 and AASHTO T
168.
a. Reference maximum theoretical density will be determined by averaging
results from four (4) samples of hot mix asphalt paving mixture delivered
daily to site, prepared according to ASTM D 2401, and compacted according
to job mix specifications.
b. In -place density of compacted pavement will be determined by testing core
samples according to ASTM D 1188 or ASTM D 2726.
i. One (1) core sample will be taken for every 2000 square yards or less
of installed pavement.
F. Remove and replace or install additional hot mix asphalt where test results or
measurements indicate that it does not comply with specified requirements.
G. Owner may elect to take confirmation tests at Owner's expense. The Contractor
shall cooperate with Owner's testing agency. Failing tests taken at Owner's
direction shall be charged to the Contractor. Failing test charges shall include
pro-rata technician charges, actual failing test charge, pro-rata mileage charge,
and other pro -rated charges.
3.11 DISPOSAL
A. Dispose of excess materials in accordance with the requirements of Section
01576 — Waste Material Disposal.
a. Do not allow excavated materials to accumulate on site.
END OF SECTION
Eastport Industrial Area 02741-13 August 2008
Water System Improvements
3
DIVISION 3
CONCRETE
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions
and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes, but is not limited to cast -in -place concrete, including
formwork, reinforcing, mix design, placement procedures, curing, and finishes.
1.3 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or
more of blended hydraulic cement, fly ash or other pozzolans, ground granulated
blast -furnace slag, and silica fume.
1.4 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
B. Design Mixes: For each concrete mix, include alternate mix designs when
characteristics of materials, project conditions, weather, test results, or other
circumstances warrant adjustments.
a. Indicate amounts of mix water to be withheld for later addition at Project
site. Water added at project site will not be permissible without paperwork
showing how much water has been withheld.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete
work similar in material, design, and extent to that indicated for this Project and
whose work has resulted in construction with a record of successful in-service
performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed
concrete products complying with ASTM C 94 requirements for production
facilities and equipment.
a. Manufacturer must be certified according to the National Ready Mixed
Concrete Association's Certification of Ready Mixed Concrete Production
Facilities.
C. Source Limitations: Obtain each type or class of cementitious material of the
same brand from the same manufacturer's plant, each aggregate from one source,
and each admixture from the same manufacturer.
D. ACI Publications: Comply with the following, unless more stringent provisions
are indicated:
a. ACI 301— Specification for Structural Concrete
.Akport Industrial Area 03300-1
Water System Improvements
August 2007
b. ACI 117 —Specifications for Tolerances for Concrete Construction and
Materials.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
a. Avoid damaging coatings on steel reinforcement.
PART 2 — PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide
continuous, true, and smooth concrete surfaces. Furnish in largest practicable
sizes to minimize number of joints.
a. Plywood, metal, or other approved panel material.
B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another
approved material. Provide lumber dressed on at least two edges and one side for
tight fit.
C. Chamfer Strips: Wood, metal, PVC, or rubber strips, % by 3/4 inch, minimum.
D. Form -Release Agent: Commercially formulated form -release agent that will not
bond with, stain, or adversely affect concrete surfaces and will not impair
subsequent treatments of concrete surfaces.
a. Formulate form -release agent with rust inhibitor for steel form -facing
materials.
E. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -
reinforced plastic form ties designed to resist lateral pressure of fresh concrete on
forms and to prevent spalling of concrete on removal.
a. Furnish units that will leave no corrodible metal closer than one (1) inch to
the place of the exposed concrete surface.
b. Furnish ties that, when removed, will leave holes less than one (1) inch in
diameter in concrete surface.
c. Furnish ties with integral water -barrier plates to walls indicated to receive
damp proofing or waterproofing.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing,
supporting, and fastening reinforcing bars and welded wire fabric in place.
Manufacture bar supports according to CRSI's Manual of Standard Practice from
steel wire, plastic, and as follows:
a. For concrete surfaces exposed to view, where legs of wire bar supports
contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -
steel bar supports.
b. For slabs -on -grade, use supports with sand plates or horizontal runners where
base material will not support chair legs.
c. Wood, concrete, or clay blocks are not permissible.
Airport Industrial Area 03300-2 August 2007
Water System Improvements
B. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to
length with ends square and free of burrs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
a. Fly Ash: ASTM C 618, Class C.
B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
a. Class: Moderate weathering region, but not less than 3M.
C. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1
percent water-soluble chloride ions by mass of cementitious material and to be
compatible with other admixtures and cementitious materials. Do not use
admixtures containing calcium chloride.
B. Air -Entraining Admixture: ASTM C 260.
C. Water -Reducing Admixture: ASTM C 494, Type A.
D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type
1, Class B.
B. Curing blankets approved by the Engineer.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product
that can be applied in thicknesses from 1/8 inch and that can be feathered at the
edges to match adjacent elevations.
a. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended
hydraulic cement as defined in ASTM C 219.
b. Primer: Product of underlayment manufacturer recommended for substrate,
conditions, and application.
c. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as
recommended by underlayment manufacturer.
d. Compressive Strength: Not less than 4100 psi at 28 days when tested
according to ASTM C 109.
2.8 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either
laboratory trial mix or field data bases, as follows:
a. Proportion normal -weight concrete according to ACI 211.1 and ACI 301.
B. Standard design mix to be used unless noted otherwise, provide normal weight
1 concrete with the following properties:
Airport Industrial Area 03300-3 August 2007
Water System Improvements
f
a. Compressive Strength (28 days): 3000 psi
b. Type I cement
c. Fly Ash: Allow up to 25% of cementitious material
d. Minimum Slump: 4 inches
e. Maximum Slump: 6 inches
f. Maximum Slump for Concrete Containing High -Range Water -Reducing
Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch
slump.
g. Maximum Water/Cementitious Materials Ratio: 0.55
h. 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.
C. Cementitious Materials: For concrete exposed to deicers, limit percentage, by
weight, of cementitious materials other than Portland cement according to ACI
301 requirements.
D. Cementitious Materials: Limit percentage, by weight, of cementitious materials
other than Portland cement in concrete as follows:
a. Fly Ash: 20 percent
E. Do not air entrain concrete to trowel -finished interior floors and suspended slabs.
Do not allow entrapped air content to exceed 3 percent.
F. Admixtures with chloride ions are prohibited.
G. Admixtures: Use admixtures according to manufacturer's written instructions.
a. Use water -reducing admixture or high -range water -reducing admixture
(superplasticizer) in concrete, as required, for placement and workability.
b. Use water -reducing and retarding admixture when required by high
temperatures, low humidity, or other adverse placement conditions.
c. 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.
2.9 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice.
2.10 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to
ASTM C 94, and as specified.
a. 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
Airport Industrial Area 033004 August 2007
Water System Improvements
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:
a. Class B, 1/4 inch
D. Construct forms tight enough to prevent loss of concrete mortar.
E. Fabricate forms for easy removal without hammering or prying against concrete
surfaces. Provide crush or wrecking plates where stripping may damage cast
concrete surfaces. 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.
a. Do not use rust -stained steel form -facing material.
F. Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve
required elevations and slopes in finished concrete surfaces. Provide and secure
units to support screed strips, use strike -off templates, or compacting type
screeds.
G. 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.
H. Chamfer exterior corners and edges of permanently exposed concrete.
I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds,
and bulkheads required in the Work. Determine sizes and locations from trades
providing such items.
J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood,
sawdust, dirt, and other debris just before placing concrete.
K. Retighten forms and bracing before placing concrete, as required, to prevent
mortar leaks and maintain proper alignment.
L. 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. Use
Setting Drawings, templates, diagrams, instructions, and directions furnished
with items to be embedded.
a. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. General: 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 -
Airport Industrial Area
Water System Improvements
03300-5
August 2007
removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that
supports weight of concrete un place until concrete has achieved the following:
a. At least 70 percent of 28-day design compressive strength.
b. Determine compressive strength of in -place concrete by testing
representative field or laboratory cured test specimens according to ACI 301.
C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed,
delaminated, or otherwise damaged form -facing material will not be acceptable
for exposed surfaces. Apply new form -release agent.
D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to
close joints. Align and secure joints to avoid offsets. Do not use patched forms
for exposed concrete surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design,
installation, and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete.
Locate and provide adequate reshoring to support construction without excessive
stress or deflection.
A. General: Comply with CRSI's Manual of Standard Practice for placing
reinforcement.
a. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor
retarder before placing concrete.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign
materials.
C. Accurately position, support, and secure reinforcement against displacement.
Locate and support reinforcement with bar supports to maintain minimum
concrete cover. Do not tack weld crossing reinforcing bars.
D. All reinforcement to be in place prior to placing of concrete. Equipment will not
be allowed to drive over reinforcement.
A. General: Construction joints true to line with faces perpendicular to surface
plane of concrete.
B. Construction Joints: Install so strength and appearance of concrete are not
impaired, at locations indicated or as approved by Architect.
a. Place joints perpendicular to main reinforcement. Continue reinforcement
across construction joints, unless otherwise indicated. Do not continue
reinforcement through sides of strip placements of floors and slabs.
b. Form from preformed galvanized steel, plastic keyway -section forms, or
bulkhead forms with keys, unless otherwise indicated. Embed keys at least
1-1/2 inches into concrete.
c. Locate joints for beams, slabs, joists, and girders in the middle third of spans.
Offset joints in girders a minimum distance of twice the beam width from a
beam -girder intersection.
Airport Industrial Area 03300-6 August 2007
Water System Improvements
d. Locate horizontal joints in walls and columns at underside of floors, slabs,
beams, and girders and at the top of footings or floor slabs.
e. Space vertical joints in walls as indicated. Locate joints beside piers integral
with walls, near corners, and in concealed locations where possible.
f. Use a bonding agent at locations where fresh concrete is placed against
hardened or partially hardened concrete surfaces.
C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints,
sectioning concrete into areas as indicated. Construct contraction joints for a
depth equal to at least one-fourth of concrete thickness, as follows:
a. Sawed Joints: Form contraction joints with power saws equipped with
shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints
into concrete when cutting action will not tear, abrade, or otherwise damage
surface and before concrete develops random contraction cracks.
D. Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion
joint at the tangent point on each return at intersections and at the end of each
day's concrete pour. A construction or contraction joint shall be located at
intervals corresponding to the joint interval of the adjacent concrete pavement or
as directed by the Owner's Representative. Joints in the new concrete pavement
shall extend through the new curb and gutter unless otherwise directed by the
Owner's Representative. All joints shall be perpendicular to the surface of the
concrete and to the axis of the section. The contraction joints shall be made by
cutting into the curb and gutter sections with a trowel a depth of 22 inches; these
joints shall be finished as specified under finishing.
E. Expansion joint material shall be an approved preformed bituminous
impregnated non -extruding type jointing material, meeting the requirements of
AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the
section of the curb and gutter or other work.
F. Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20
feet. Expansion joints shall be placed between existing and new setting of
concrete.
G. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support
assemblies at joints where indicated.
a. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to
prevent concrete bonding to one side of joint.
3.7 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and
embedded items is complete and that required inspections have been performed.
B. Do not add water to concrete during delivery, at Project site, or during placement,
unless approved by the Engineer.
C. Before placing concrete, water may be added at Project site, subject to limitations
of ACI 301.
a. Do not add water to concrete after adding high -range water -reducing
admixtures to the mix.
b. Water may not be added beyond the limit of water withheld from the plant.
D. Deposit concrete continuously or in layers of such thickness that no new concrete
t will be placed on concrete that has hardened enough to cause seams or planes of
weakness. If a section cannot be placed continuously, provide construction joints
as specified. Deposit concrete to avoid segregation.
Airport Industrial Area 03300-7 August 2007
Water System Improvements
L
E. 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
I
layer is still plastic, to avoid cold joints.
a. Consolidate placed concrete with mechanical vibrating equipment. Use
equipment and procedures for consolidating concrete recommended by ACI
309R.
b. Do not use vibrators to transport concrete inside forms. Inset and withdraw
_
vibrators vertically at uniformly spaced locations no farther than the visible
effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer
A'
and at least 6 inches into preceding layer. Do not insert vibrators into lower
layers of concrete that have begun to lose plasticity. At each insertion, limit
duration of vibration to time necessary to consolidate concrete and complete
embedment of reinforcement and other embedded items without causing mix
constituents to segregate.
F. Deposit and consolidate concrete for floors and slabs in a continuous operation,
within limits of construction joints, until placement of a panel or section is
'
complete.
_
a. Consolidate concrete during placement operations so concrete is thoroughly
worked around reinforcement and other embedded items and into corners.
b. Maintain reinforcement in position on chairs during concrete placement.
c. Screed slab surfaces with a straightedge and strike off to correct elevations.
d. Slope surfaces uniformly to drains where required.
e. Begin initial floating using bull floats or darbies to form a uniform and open -
textured surface plane, free of humps or hollows, before excess moisture or
bleedwater appears on the surface. Do not further disturb slab surfaces
before starting finishing operations.
G. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect
concrete work from physical damage or reduced strength that could be caused by
frost, freezing actions, or low temperatures.
a. When air temperature has fallen to or is expected to fall below 40 degree
Fahrenheit, uniformly heat water and aggregates before mixing to obtain a
concrete mix temperature of not less than 50 degrees Fahrenheit and not
more than 80 degrees Fahrenheit at point of placement.
b. Do not use frozen materials or materials containing ice or snow. Do not
place concrete on frozen subgrade or on subgrade containing frozen
materials.
c. Do not use calcium chloride, salt, or other materials containing antifreeze
agents or chemical accelerators, unless otherwise specified and approved in
mix designs.
H. Hot Weather Placement: Place concrete according to recommendations in ACI
;
35OR and as follows, when hot weather conditions exist:
}
a. Cool ingredients before mixing to maintain concrete temperature below 90
degrees Fahrenheit at time of placement. Chilled mixing water or chopped
ice may be used to control temperature, provided water equivalent of ice is
calculated to total amount of mixing water. Using liquid nitrogen to cool
concrete is Contractor's option.
b. Cover steel reinforcement with water -soaked burlap so steel temperature will
not exceed ambient air temperature immediately before embedding in
concrete.
Ii
4
Airport Industrial Area 03300-8 August 2007
Water System Improvements
}
1
c. 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. Mix, place, and cure concrete, as
specified, to blend with in -place construction. Provide other miscellaneous
concrete filling indicated or required to complete Work.
3.9 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive
cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection
and with recommendations in ACI 305R for hot -weather protection during
curing.
B. Formed Surfaces: Cured formed concrete surfaces, including underside of
beams, supported slabs, and other similar surfaces.
a. Leave forms in place for a minim of 3 days.
b. Upon removal of forms, apply approved curing compound.
C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure
unformed surfaces, including floors and slabs, concrete floor toppings, and other
surfaces, by the following method:
a. Concrete shall be wet cured for 3 days after concrete placement. Wet curing
shall begin immediately after final finishing of slab surface and shall consist
of continuous misting by sprinkler or wet burlap.
b. No work will be permitted on the slab during wet curing.
c. Immediately after removal of sprinkler or burlap, Contractor shall apply
approved curing compound.
d. During cold weather concrete placement, in lieu of wet curing, the Contractor
shall place plastic sheets over the concrete surface with blankets over the
plastic. Plastic shall remain in place for 3 days.
D. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing
compound to hardened concrete by power spry or roller according to
manufacturer's written instructions.
3.10 FIELD QUALITY CONTROL
A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive
device will be permitted by the Engineer.
END OF SECTION
Airport Industrial Area 03300-9 August 2007
r1,3 Water System Improvements
Avgmrolmpj
MECHANICAL
1
SECTION 15061
WATER METER SERVICE TAPS
PART 1 GENERAL
1.1 SUMMARY
This section of specifications covers the 1", 1.5" and 2" water meter service taps.
1.2 SUBMITTALS
Submit manufacturer's specifications on tapping saddles, copper pipe fittings, corporation stops, and
copper pipe.
PART 2 PRODUCTS
2.1 1" WATER METER SERVICE TAP
1. All 1" water meter taps shall be made with 1" full port corporation stop with AWWA standard
tapered inlet threads.
2. Outlet side shall be 1" flared copper pipe connection. (Mueller # H-15000, Hays # 4400, Ford # F-
600-4, Mc Donald # 4701) or approved equal.
3. 1 "service pipe shall be Type K soft copper pipe.
4. 1" curb stop shall be full port ball valve.
5. Inlet shall be flared copper pipe fitting and the outlet shall be FIP fitting.
6. Brass AWWA C-800 specifications. (Mueller # B-25166-3, Hays # 4302-WR, Ford # B-21-444-
WR, Jones # J-1901 W less stop, Mc Donald # 6112W) or approved equal.
2.2 1.5" AND 2" WATER METER SERVICE TAP
1. All 1.5" & 2" water meter taps shall be made with 2" full port corporation stop with AWWA
standard tapered inlet threads.
2. Outlet side shall be 2" FIP connection. (Mueller # B-20046, Hays # 4483, Ford # FB-1700-7,
Jones # J-1931, McDonald # 3149 B) or approved equal.
3. 2" service pipe shall be Type K Hard Temper Copper Pipe.
4. 2" curb stop shall be full port ball valve.
5. Inlet shall be 2" FIP connection and the outlet shall be 2" FIP connection. (Ford B11-777WR) or
approved equal.
6. For 1.5" meter connection Contractor shall install 2" X 1.5" brass bushing in the outlet side of the
2" curb stop connection.
7. All copper pipe and copper pipe fittings shall be welded joints.
8. Use of pipes and pipe fittings that contain more than 8.0% lead or solders and flux that contains
more than 0.2% lead is prohibited.
Eastport Industrial Area 15061-1 August 2008
rl Water System Improvements
2.3 SERVICE TAPPING SADDLES
1. Clamps, double -strap having 12-mil nylon -coated ductile iron saddle with flat stainless steel straps
and stainless steel bolts.
2. Provide required size tapping saddle with corporation stop in accordance with AWWA C800 for
all service connection.
3. Type K copper water tubing shall be used to connect new taps to existing services 2-in or less in
diameter. Install bushing as necessary to connect of existing meter.
4. Dresser Style 291 or approved equal.
PART 3 EXECUTION
3.1 GENERAL
Installation of all components shall be as recommended by the manufacturer and in compliance with
Section 02511.
END OF SECTION
Eastport Industrial Area 15061-2 August 2008
Water System Improvements
F�
SECTION 15063
PIPE: COPPER
PART 1 GENERAL
1.1 SUMMARY
A. Section includes:
1. Copper piping, fittings, and appurtenances.
2. Related Sections include but not necessarily limited to:
B. Division 1— General Requirements
1.2 QUALITY ASSURANCE
A. Referenced Standards:
I. American Society of Mechanical Engineers (ASME):
a. B 16.22, Wrought Copper and Bronze Solder — Joint Pressure Fittings.
b. B16.23, Cast Bronze Solder Joint Drainage Fittings DWV.
c. B16.26, Cast Bronze Alloy Fittings for Flared Copper Tubes.
2. ASTM International (ASTM):
a. B32, Standard Specifications for Solder Metal.
b. B 42, Standard Specifications for Seamless Copper Pipe, Standard Sizes.
c. B88, Standard Specifications for Seamless Copper Water Tube.
d. B306, Standard Specifications for Copper Drainage Tube, (DWV).
3. American Welding Society (AWS):
a. A5.8, Specifications for Filler Metals for Brazing and Braze Welding.
1.3 SUBMITTALS
A. Conform to Section 01300 — Submittal Procedures.
PART 2 PRODUCTS
2.1 MATERIALS
A. Copper Tubing:
1. Pressure non -buried: ASTM B88, Type L hard.
2. Pressure buried: ASTM B88-Type K.
3. Non pressure: ASTM B306.
B. Copper Pipe: ASTM B42, regular strength.
C. Fittings:
1. Pressure non -buried: ASME B 16.22.
2. Pressure buried: ASME B 16.22 or ASME B 16.26.
3. Non pressure: ASME B 16.23.
D. Soldering and Brazing:
1. Non buried:
Eastport Industrial Area 15063-1 August 2008
r`:"' Water System Improvements
a. ASTM B32 solder with a tin/antimony ratio of 95/5 and non corrosive flux up to
180 DegF water temperature.
b. At 180 DegF and above use brazing alloy with melting temperature above 1000
DegF and suitable flux.
2. Buried: Silver solder per AWS A5.8
D. .Unions:
1. Pipe sizes 2-in and smaller: copper, ground joints.
2. Pipe sizes 2 %-in and larger: Brass flanged unions.
PART 3 EXECUTION
3.1 GENERAL
Installation of all components shall be as recommended by the manufacturer and in compliance with
Section 02511.
3.2 FIELD QUALITY CONTROL
Utilize only annealed (soft) type tubing where flared joints are used and drawn temper (hard) type
tubing where soldered or brazed joints are used.
END OF SECTION
Eastport Industrial Area 15063-2 August 2008
Water System Improvements
1
�M
SECTION 15064
r_ PIPE: PLASTIC
PART 1 GENERAL
1.1 SUMMARY
A. Section includes:
1. Plastic Pipe
B. Related sections include but not necessarily limited to:
1. Division 1— General Requirements.
1.2 QUALITY ASSURANCE
A. Referenced Standards:
1. ASTM International (ASTM):
a. PVC (polyvinyl chloride materials:
1. D 1784, Standard Specifications for Rigid Polyvinylchloride Compounds.
2. D1785, Standard Specifications for Polyvinylchloride Plastic Pipe, Schedules
40, 80, and 120
3. D2467, Standard Specifications for Polyvinylchloride Plastic Pipe Fittings,
Schedule 80.
2. American Water Works Association (AWWA):
a. PVC (polyvinyl chloride) materials:
1. C900, Polyvinylchloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in.
Through 12 in. for Water Distribution.
b. Polyethylene (PE) Materials
1. C901, Polyethylene (PE) Pressure Pipe Tubing and Fittings, %2 through 3 in.
1.3 SUBMITTALS
Conform to Section 01300 — Submittal Procedures.
PART 2 PRODUCTS
2.1 PRESSURE PIPING (UNDERGROUND)
A. Materials: Furnish materials in full compliance with the following requirements:
'/2-3 IN: AWWA C901 PE with Pressure Class of 150 per Table A3, AWWA C901.
PART 3 EXECUTION
3.1 GENERAL
Installation of all components shall be as recommended by the manufacturer and in compliance with
Section 02511.
END OF SECTION
Eastport Industrial Area 15064-1 August 2008
Water System Improvements
SECTION 15110
SPECIALITY VALVES
PART 1 GENERAL
1.1 SUMMARY
This section of specifications covers the Insta-Valve valves of 4", 6", 8", 10",12" and 16" Nominal
Sizes. U.S. Patent # 6,810,903 Bl
1.2 SUBMITTALS
Submit manufacturer's data and specifications for Hydra Stop Insta-Valve or approved equivalent.
PART 2 PRODUCTS
2.1 INSTA-VALVE SYSTEM
The Insta-Valve System shall provide a means to install a permanent block (open -close) valve into a
pressurized water main - with no interruption of flow through the pipe and no reduction of line
pressure (below 125 psig). The insertion of an Insta-Valve shall be accomplished through a single
circular hole cut (under full line pressure) into the top of the pipe. The Insta-Valve, itself, permanently
remains in the water distribution piping to allow shutdowns in the same manner as any gate, ball or
butterfly block valve originally installed with the water main.
1. Machinery and Equipment
This group shall include the Drilling Machine, which shall be used to cut (pressure tap) the access
hole into the top of the pipe. Using various adaptors and inserting tools, this Drilling machine
shall be used to install Insta-Valves. With the addition of certain parts, this Basic Machinery shall
also be used for making conventional pressure taps and for installing and removing temporary
linestops in water mains. Air or hydraulic drive motor or an optional electric drive shall be
required to power the Drilling Machine to make the access cut (pressure tap) into the top of the
pipe.
2. Insta-Valve:
The Insta-Valve shall consist of three subassemblies: the Valve Body, which shall be mounted
pressure -tight around the main; the Valve Cartridge, which shall be inserted, under full line
pressure, into the Valve Body; and the Cartridge Closure Flange, which shall secure and
permanently seal the Cartridge to the Body. Test and maximum operating pressures shall be as
follows:
Test pressure: 200 psig
Working pressure: 150 psig
A. Valve Body:
The Valve Body shall consist of a two-part stainless steel fitting of the Saddle type with a Type L
304 stainless steel hollow cylindrical nozzle, welded to the upper saddle half. The two part Body
shall be assembled around the water main and pressure -sealed to the main by a single griddled
resilient sheet gasket. The gasket shall fully encircle the pipe, providing a 360-deg. full area seal.
Suitable fasteners and supporting lugs shall be provided, as specified below.
Eastport Industrial Area 15110-1 August 2008
Water System Improvements
Saddles:
Saddles shall be formed from Type 304L stainless steel. Minimum Upper Saddle thickness shall
be 0.120", Lower Saddle, 0.083". The design of the Saddles, Bolting, Lugs and Armor Plates shall
be such that the Fitting halves can be mounted, without further modification, pressure -tight onto
the following 4", 6", 8" ,10",12" and 16" nominal size pipes:
1) Cast Iron: Pit Cast - Classes A, B, C. & D
2) Cast Iron: Centrifugal - Classes — all
3) Asbestos -Cement. Classes 100, 1504 & 200
4) Ductile Iron: Classes — all
5) PVC (AWWA C900): Classes 100, 150, & 200
Bolting Lugs
Bolting lugs shall be Type 304L stainless steel weldments and shall be designed and positioned on
the fitting halves to insure accurate assembly of both halves. After assembly around the pipe, the
vertical spacing of the Bolting Lugs between the two fitting halves shall allow adjustment to
accommodate the range of pipe diameters specified above.
Bolting Studs:
Bolting Studs, Nuts, along with any formed metal washers shall be fabricated from Type 304
stainless steel. All screw threads shall be 5/8-11UNC-2 (coarse). Nuts shall be heavy series. The
number of fasteners per side of each fitting shall be as follows - 4"A; 6": 5; 8": 5, 10":6; 12": 6
16":24.
Sheet Gasket:
Sheet Gasket shall be molded from a virgin SBR elastomer compound that will resist compression
set and is compatible with cold drinking water in the normal 32 to 120 deg. Minimum thickness of
the Sheet Gasket shall be 0.125". A griddled ("waffle") pattern shall be molded on the inner side
of the gasket. Each side (which lies parallel to the run of the pipe) of the Gasket shall be tapered
to allow uniform distribution of clamping (gasket) pressure over the entire circumference of the
pipe. A stainless steel Armor Plate shall be attached to each side of the Gasket to bridge the gap
between the Saddle Halves.
Nozzle
Nozzle of the Upper Fitting Half shall be machined from Type 304 stainless steel, and shall have a
weldneck Valve Flange with locking pins to mate with the top groove of the Stuffing Box Plate
(which is part of the Valve Cartridge). Below these locking pins, the interior of the Nozzle shall
be accurately bored to seal against the "O"- ring contained in the Stuffing Box Plate. The bore
shall be further machined to provide a shoulder to vertically locate the Valve Cartridge when it is
inserted into the Body.
1) Two opposing rectangular keyways shall be machined into the interior wall of the Nozzle
to receive the Guide Keys on the Valve Cartridge Carrier.
B. Valve Cartridge:
Valve Cartridge shall consist of a Stuffing Box Plate, Valve Stem with Operating Nut, Valve
Plugging Head that shall consist of a Carrier with an internal Deformable Sealing Element and two
external Resilient Sealing Sleeves, and ancillary parts and fasteners. This Cartridge shall be
inserted into the Nozzle under full line pressure by means of a Cartridge Inserter, which shall be
attached to the Drilling Machine (that cut the access hole into the top of the main).
Stuffing Bog Plate:
Eastport Industrial Area 15110-2 August 2008
ril Water System Improvements
Stuffing Box Plate shall retain the collar of the Valve Stem against the Cartridge Closure Flange to
prevent vertical motion during normal operation of the Insta-Valve. Suitable thrust washers shall
be installed above and below the Stem collar.
1) The bore of this plate shall provide a pressure sealing surface for "0"-rings mounted on the
valve stem.
2) The exterior of this plate shall be grooved to receive locking pins installed from the nozzle
flange after plate has been inserted into the nozzle and has seated against the internal
nozzle shoulder. Below this pin groove, the plate shall be further machined to accept a
"0"-ring to provide a pressure -seal between the exterior of the plate and the bore of the
nozzle.
3) All "0"-rings and fasteners used in the stuffing plate and nozzle flange shall meet the
requirements of AWWA C509.
Valve Stem:
During normal operation of the Insta-Valve, rotation of the stem shall advance the valve carrier
with sealing devices into the fully closed position to stop flow in the pipe. Reversal of stem
rotation shall retract the carrier into the completely open position, allowing full flow through the
main.
1) The stem shall be machined from wrought bronze. The composition and strength of the
bronze, the minimum dimensional requirements of the stem and collar shall conform to
AWWA C509. With a'700 LB torque capacity.
2) At customer's option, the stem shall be machined to open the valve by turning it clockwise
(open right) or counter clockwise (open left).
3) The top the stem shall be provided with a detachable, 2" square operating nut that shall
conform to AWWA C509.
Valve Plugging Head:
Valve plugging head hall consist of two major components: rigid cylindrical Carrier and three
elastomer sealing devices, along with connecting parts and fasteners.
1) Carrier shall be a rigid, solid cylinder, turned to provide clearance to enter the access
(tapped) hole in the pipe. A vertical central slot shall be machined into the lower portion
of the Carrier. This slot shall contain a single flat Deformable Sealing Element. The
Carrier shall consist of a solid CM-909 body with rubber coating on the middle half of the
CM-909 body.
2) Bottom of Carrier shall be hemispherical to generally conform to the bore of the pipe. It
shall be designed to break and to dislodge tuberculation and other deposits that might
interfere with a suitable shutdown.
3) The Carrier top, above the slot, shall contain an internal brass thread to mate with that on
the Valve Stem. Suitable mechanical means shall be provided to attach the Deformable
Element to the Carrier to insure retraction upon opening.
4) Rectangular Guide Keys shall be inserted to the top of the Carrier. These Keys shall be
positioned to engage with and slide in the keyways machined into the interior walls of the
Nozzle. This action shall maintain alignment of the Valve Cartridge when the Insta-Valve
is operated.
5) A single Deformable Sealing Element shall be contained inside the slot in the Carrier.
The Element shape shall be generally flat with the lower end semi- circular to seal the
bottom of the pipe. The Carrier shall deform that Element into sealing contact with the
pipe wall when the Insta-Valve is closed.
6) A Resilient Sleeve shall be attached to each of the two vertical cylindrical sides of the
Carrier. When the Insta-Valve is closed, these two Sleeves shall seal against the
Eastport Industrial Area 15110-3 August 2008
Water System Improvements L_
Deformable Element and those surfaces of the pipe not sealed by the element, thereby
completing the shutdown.
C. Cartridge Closure Flange:
The Cartridge Closure Flange with a flat flange gasket shall be used to complete the installation of
the Insta-Valve. After the Stuffing Box Plate has been seated on the shoulder in the Nozzle and
the Lock Screws have been tightened from the Nozzle Flange, the Valve cartridge is now
mechanically secure in the Valve Body. All water leakage paths have been sealed. The
installation equipment shall now be removed and the Closure Flange shall be installed over the
thrust washer in the Valve Stem. A Stem "O"- ring shall pressure -seal against a bored hole in the
Closure Flange. The Flange shall then be bolted to the Nozzle flange, followed by installation of
the Valve Operating Nut.
Materials
1) Cartridge Closure Flange, at manufacturer's option, shall be machined from mild
structural steel, cast or ductile iron.
2) "0"-rings; gaskets, thrust washers; flange bolts and nuts shall meet the requirements of
AWWA C509.
PART 3 EXECUTION
3.1 GENERAL
Installation of hista-Valve valves shall be as recommended by the manufacturer.
END OF SECTION
Eastport Industrial Area 151104 August 2008
Water System Improvements
9
L
Fire Hydrant Use Permit
FIRE HYDRANT METER USE PERMIT
The undersigned agrees to and will abide by the City of Lubbock Fire Hydrant Meter Use
Permit. Additionally, the undersigned shall be considered the responsible party and will
provide to the Water Utilities Department a valid driver's license bearing a picture of the
undersigned, or a picture identification provided by the Department of Public Safety.
In the event the meter is no longer in use and has not been returned, the meter may be
considered stolen property and a report filed with the Lubbock Police Department. The
information on this form will be given to the Lubbock Police Department to aid them in
their investigation.
Permittee:
Company Name:
Company Address:
Citv:
Company Phone Number:
State:
Zip Code
Permittee's Home Address:
City: State: Zip Code:
Permittee's Home Phone Number:
Permittee's Driver's License or picture ID number:
If someone in addition to the Leasee may be contacted regarding the use of this meter,
please provide contact information:
Contact Person:
Contact Person's Phone:
Contact's Cell:
Permittee's Signature:
Effective Nov 10, 2003
Date:
C:ID000ME-11187971LOCALS•1\Temp\City of Lubbock Fire Hydrant Meter Use and DepcsitAWeemeM Policy1 1.doc - 5
Fire Hydrant Use Permit
This Fire Hydrant Use permit (the "Permit") is hereby granted by the Director of Water
Utilities of the City of Lubbock (the "Director") to
(the "Permiee"), under and pursuant to the following terms, conditions and provisions.
The Director hereby grants, pursuant to Section 28-19 of the City of Lubbock Code of
Ordinances, the right to Permittee to purchase water from the City for construction work
purposes using meter number
Fire Hydrant Meter Use
The fire hydrant meter shall be, and remain the property of the City and may not be
assigned or subleased by Permittee, nor shall Permittee allow the use of the fire hydrant
meter by any other party. Permittee shall utilize the fire hydrant meter only within the
boundaries of the City of Lubbock. Using a City of Lubbock fire hydrant meter on another
water system constitutes theft of service from that water system and applicable legal
charges may be filed by that water system.
Security Deposit of Fire Hydrant Meter
initials This deposit is for security for return and safe keeping of the fire hydrant meter. Permittee
shall deposit with the City of Lubbock an amount equal to three (3) times the replacement
cost of the fire hydrant meter $ for any meter checked out after November
10, 2003. Meters checked out prior to November 10, 2003, will not subject to the deposit
but will be subject to the remainder of this Permit.
A deposit of One Hundred Fifty Dollars ($150.00) shall be required in the event the
Permittee is a non-profit organization. This reduced security deposit shall apply only to
hose -end fire hydrant meters. Such meters may only be distributed and utilized by the
Permittee over a weekend, being the hours of 5:00 p.m. on Friday through 8:00 a.m. the
following Monday. The hose -end meters shall be returned by 12 noon the following
Monday. Failure to return the hose -end by this specified time will result in the forfeiture by
the Permittee of the deposit.
C:IDOCUME-11187971LOCALS-1%TemplCity of Lubbock Fire Hydrant Meter Use and Deposit Agreement Policyt_1.doc
Fire Hydrant Use Permit
Damage to Meter
In the event the fire hydrant meter is damaged or destroyed during the term of this Permit,
y the City shall be entitled to deduct from the deposit the cost of any damage to the fire
hydrant meter or theyvalue of replacement of the meter. In the event the fire hydrant
meter is lost or stolen during the term of this Permit, the Permittee forfeits all of the
security deposit.
initials
CZTfaR-1>4
The Permittee shall return the fire hydrant meter to the City of Lubbock Water Utilities
Meter Shop located at 402 Municipal Drive, no less frequently than once every twelve (12)
months for routine repairs and calibrations. This fire hydrant meter will be due for routine
maintenance during the month of (date). Failure to return
the fire hydrant meter for routine maintenance by the last day of the month will result in the
forfeiture of the security deposit; and in addition the meter can be pulled from the job site
by Water Utility personnel.
Backflow
initials
All fire hydrant meters shall be equipped with a reduced pressure principal assemble
(RPZ), to be installed by the City. In accordance with Section 6-100.2 of the City of
Lubbock Code of Ordinances, the RPZ backflow prevention assembly shall be tested at
least annually by the City at the same time the meter is returned for routine maintenance,
the date which is provided in the preceding paragraph. In the event the Permittee does
not return the fire hydrant meter for this test, this Permit may be terminated in accordance
with the City of Lubbock Code of Ordinances.
C:IDOCUME-1118797%LOCALS-1\TemplCity of Lubbock Fire Hydrant Meter Use and Deposit Agreement Polkyt_1.doc - 2 -
Fire Hydrant Use Permit
Rates
initials All water utilized by the Permittee shall be taken through the fire hydrant meter, and shall
be paid for by Permittee in accordance with Section 28-52 of the City of Lubbock Code of
Ordinances, as applicable to the water base charge $ , and Section 28-53 of the
City of Lubbock Code of Ordinances under Block 2 rate $ 1, as applicable to flow
through the fire hydrant meter. Permittee acknowledges and stipulates that the base
water charge provided in Section 28-52 of the City of Lubbock Code of Ordinances shall
be due and payable to the City as provided herein regardless of whether any water is
utilized by the Permittee.
Billing
initials
Permittee shall provide a monthly read to the City. Attention: Christy Shrum at 775-2878.,
on the 25th day of each month, or on the next business day following this date if this date
falls on a weekend or holiday. Payment shall be paid by the Permittee twenty-one (21)
days after the 25t" day of each month, or on the next business day following such date if
such date shall fall on a weekend or holiday. Simple interest of five percent (5%) shall be
charged to the Permittee if the Permittee shall fail to pay by the stated bill date. Failure to
pay such charges shall be cause for termination of service and this Permit as set forth in
Section 28-24 of the City of Lubbock Code of Ordinances. Water Utilities employees will
remove the fire hydrant from the job site and the security deposit will be applied to any
outstanding balance on the account and to any necessary repairs.
Delinquent Accounts
Permittee acknowledges and agrees that Permittee shall not be entitled to utilize a fire
hydrant meter to utilize water from a fire hydrant of the City in the event the Permittee
shall owe an outstanding balance on any permitted fire hydrant meter account.
r
Alteration
Permittee shall not damage or alter the fire hydrant meter in any way, manner or form. j
C:ID000ME-11187971LOCALS-1\Temp\City of Lubbock Fire Hydrant Meter Use and Deposit Agreement Policy1 t.doo - -
initials
Fire Hydrant Use Permit
Deductions from Security Deposit
City shall be entitled to deduct from the security deposit any and all sums due and owing
by Permittee to City related to this permit and/or the purchase of water from the City and
the cost or expense of repairing any damage or alteration replacement of the fire hydrant
meter.
Waste of Water
All hoses and devices used on the outlet side of the meter must be in good working order
as to prevent leakage and water waste from the fire hydrant. Failure to keep hoses and
devices in good working order will result in the meter being pulled from the job site.
C:bDOCUME-1\1879711.00ALS-1%Temp%CAy of Lubbock Fire Hydrant Meter Use and Deposit Agreement Policyl t.doc - 4 -
4�!Rh
TRAFFIC ENGIMERWO
APPLICATION
w• • w BARRICADE STREET w
Barricade Location: Date: Permit#:
Contractor: Phone: Serv. Fees:
Ramon for Pennft
Estimate Number of months for Barricade to be in place:
Adjacent Land Use
A
RRICADE
Adjacent Land Use
A STREET WIDTH FEET
8 STREET USE FOR BARRICADE FEET (Outer edge of Barricade)
C LENGTH OF BARRICADE FEET
Issued & Approved By: TRAFFIC ENGINEERING DEPARTMENT
Additional Comments:
Barricade construction shall be according to building code requirements, Barricade
Ordinance and approved by the Traffic Engineering Department.
This permit shall be subject to being revoked if the conditions above are altered or not met by the
contractor / owner. (Permit copies shall be provided to Contractor/ Owner.)
L
I
CITY OF LUBBOCK
INDMDUAL USE PERMIT
UTILITY WORK IN RIGHT-OF-WAY
PERMIT APPLICATION DATE
COMPANY NAME
MART LOCATION
END LOCATION
JOB DESCRIPTION
PROJECTED WORK MART DATE
PROJECTED WORK END DATE
DRAWINGS SUBMITTED
CONTACT INFORMATION
NAME
OFFICE No.
CELL No.
FAX No.
EXCAVATION INFORMATION
LENGTH (LF)
WIDTH (IN)
DEPTH (IN)
CLOSURE INFORMATION
STREET / ALLEY
NOTE:
A TRAFFIC CONTROL PLAN MUM BE SUBMITTED WITH ALL DRAWINGS THAT ARE SPECIFIC TO THIS PERMIT.
CLOSURE TYPE
STREET COMPLETELY CLOSED FOR DURATION OF WORK
STREET- COMPLETELY CLOSED FOR WORK HOURS ONLY
STREET SINGLE LANE CLOSED FOR DURATION
STREET MULTIPLE LANES CLOSED FOR DURATION
SHOULDER WORK
ALLEY- COMPLETELY CLOSED FOR DURATION OF WORK
ALLEY- COMPLETELY CLOSED FOR WORK HOURS ONLY
I BORING AND CUT INFORMATION
PAVEMENT CUT
PRIMARY PAVEMENT TYPE
ASPHALT PAVEMENT (CY)
L_ CONCRETE PAVEMENT (CY)
SIDEWALK (SY)
CURB / GUTTER (LF)
BORING (LF)
ACCESS RAMPS (EA)
r ; NOTE:
A COPY OF THE APPROVED PERMIT IS TO BE POSTED, AT ALL TIME, AT THE SITE WHERE THE WORK IS BEING COMPLETED.
L
AT THE COMPLETION OF ABOVE STATED WORK A CERTIFICATE OF COMPLETION IS TO BE SUBMITTED WITH A COMPLETE
SET OF CONSTRUCTION PLANS TO THE CRY OF LUBBOCK RIGHT411-WAY MANAGEMENT OFFICE.
DISCLAIMER:
THE UNDERSIGNED CERTIFIES THAT THE WORK BEING AUTHORIZED BY THE ABOVE REFERENCED PERMIT WILL BE
COMPLETED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 24, ARTICLES IV AND VIE OF THE CITY OF LUBBOCK
CODE OF ORDINANCES.
UNDER SECTION 24.179 (Sh BY ACCEPTANCE OF A PERMIT, THE APPLICANT AGREES TO INDEMNIFY AND HOLD HARMLESS
THE CRY OF LUBBOCK, ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES FROM ANY AND ALL CLAIMS, DAMAGES,
SUITS, ATTORNEYS' FEES, CAUSES OF ACTION, AND JUDGMENTS WHICH MAY RESULT IN ANY MANNER FROM THE
CONSTRUCTION OR LAYING OF ANY IMPROVEMENTS UPON ANY PUBLIC STREET, ALLEY, OR RKGHT-0114VAY IN THE CITY.
SIGNATURE:
DATE:
Excavation shall mean an activity that removes or otherwise disturbs soil in the
right-of-way at a depth of twelve inches (I TJ or more, or disturbs any street or alley
pavement of any depth.
Major project shalt mean a utility project requiring installation or replacement of
utility facilities in the right-of-way for a distance greater than one (1) mile.
New street shall mean the paved portion of the street right-of-way that has been
constructed or reconstructed in the last five (5) years.
Pavement Condition Index (PCI) shall mean a measure of the condition of the
street. on a scale of 1 to 100. The PCI is available from the Pavement Management
Office of the City's Street Maintenance Department.
Permit holder shall mean any person, partnership, corporation, utility, ROW User
or any other legal entity that has been granted a permit for construction work in the City's
right-of-way or other public property.
ROW User shall mean a franchised utility, a certificated telecommunications
company, or any other privately or publicly owned utility authorized to conduct business
using City right-of-way in order to install, construct, maintain or repair their facilities in
the City right-of-way. The term ROW User shall also include any contractor or other
agent or person engaged by a ROW User to work on facilities located in City right-of-
way. The granting of a permit to a contractor or agent of a ROW User shalt be deemed to
be the granting of a permit to the ROW User for purposes of this Article.
Street in go(xl condition shall mean the paved portion of the street right-of-way
that has a PCI of 92 or above.
TMUTCD shall mean the Texas Manual on Uniform Traffic Control Devices,
latest edition.
Utility shall mean any privately or publicly owned entity which uses public rights -
of -way to furnish to the public any general public service, including, without limitation,
sanitary sewer, storm sewer, gas, electricity, water, telephone, telecommunications,
petroleum products, telegraph, heat. steam or chilled water, together with the equipment,
structures, and appurtenances belonging to such entity and located within and near the
right-of-way.
White lining means marking an excavation site with washable marking paint or
flags prior to requesting a utility locate in order to further identity the site.
DIVISION 2. PERMITS; REGISTRATION.
9111
law
' i tt� u c ng-o way.
,MYM1t15ttfh11WAI foi any person, partnership, corporation, utility. ROW
User or other business entity to engage in utility construction activities of any nature that
will encroach upon or be located in, on or within a street, alley or other public right-of-
way or other public property within the City of Lubbock without having first obtained a
"Construction Permit" from the city engineer to perform the work unless said work is
commenced in an emergency situation as authorized by this Article.
(b) A permit shall be required for utility installations in the streets and alleys of
new subdivisions that have been accepted by the City or that are in the process of being
accepted by the City through the platting procedures for new subdivisions as described by
Chapter 25 of this Code. This permit does not grant access rights to private property. Any
access needed by the permit holder to private property will require permission and/or
coordination of any construction activities with the developer or property owner. In the
event of a joint trench for multiple utilities, the contractor excavating the trench will be
responsible for securing the permit.
(c) However, no permit shall be required for the installation and connections
necessary to initiate service to a customer's property or routine repair and maintenance of
existing facilities that will interfere with traffic for less than one hour or excavate less
than twelve (12) inches in depth, unless such activity requires the breaking of pavement,
boring, or excavating with equipment greater than hand tools or a vibrating plow
designed to install lines up to a three (3) inch diameter.
(d) The city engineer also may issue an annual "General Permit" for routine
maintenance or repair of existing facilities or service line utility work in the right-of-way
for excavations that exceed twelve (12) inches in depth or work that interferes with tragic
for more than one (1) hour or an activity that requires breaking the pavement or boring.
Notification of routine work shall be given to the City on a daily, weekly or such other
schedule as may be prescribed by the city engineer.
Sec. 24-174. Backfilling, Compaction, Etc.
All backfilling, compaction, pavement restoration, barricading and other traffic
control measures for work within the public right-of-way, and other City owned
properties, shall strictly comply with the requirements of this Article.
Sec. 24-175. Notice.
Notice for purposes of this ordinance shall be made to City and emergency service
providers via electronic message (E-Mail), overnight courier (generally used carrier with
tracing available), or hand delivery with signed receipt or facsimile to the City
Department or emergency service provider. i
Sec. 24-176. Registration, permit.
I
All ROW Users and other persons obtaining a permit under Section 24-173 must first
register with the City and supply contact information and other requested information 1
before they will be issued an initial permit. Registration information must be renewed
annually thereafter. All ROW Users or other registered persons shall report any changes
in its registration information within thirty (30) days of such change. No ROW User or
other person shall be authorized to engage in any utility construction activities without
first registering and obtaining the applicable permit for the work from the City.
Sec. 24-1 77. Registration Information.
The information required for registration includes the following:
(a) Identity and legal status of ROW User and names of all operators of any
facilities on or in the right-of-way;
(b) Name, address, telephone number, fax number and email address of officer,
agent or employee responsible for the accuracy of the registration information;
(c) Name, address, telephone number, fax number and email address of the local
representative of the right-of-way user who shall be available at all times to act on behalf
of the ROW User in the event of an emergency;
(d) If applicable, certification number issued by the Public Utilities Commission;
(e) General description of Services to be provided; and
(f) Insurance information.
Sec. 24-178. Permit Application, fee.
(a) Applications for a construction permit that will affect public right-of-way
shall be made on forms provided by the City of Lubbock and such applications shall be
accompanied by drawings, plans and specifications in sufficient detail to demonstrate:
(1) That construction will be in accordance with all applicable codes, rules and
regulations.
(2) The location of all above -ground facilities to be installed, including poles.
(3) The location, depth and other characteristics of all facilities to be installed
under the surface of the ground, including lines which are within the public right-of-way.
(4) The location of all existing underground utilities, conduits, ducts. pipes,
mains and installations which are known by the applicant at the time of application to be
within the right-of-way along the underground route proposed by the applicant.
(b) The city engineer or his or her designee may, in his or her discretion, require
additional information to determine whether:
(1) The construction methods to be employed will adequately protect
existing structures, fixtures, facilities within or adjacent to the public rights -of -
way.
(2) A landscape plan for protecting or restoring any areas to he disturbed
during construction is necessary.
(c) All permit applications shall be accompanied by a certification that the
drawings. plans and specifications submitted with the application comply with applicable
technical codes, rules and regulations.
(d) All applications for a construction permit or a general permit under Sec. 24-
173 shall be accompanied by a fee of $30.00. A fee is not required for permit applications
under Sec. 24-173 by franchised utilities or by telecommunications providers certificated
by the Public Utility Commission for local service exempted from payment of such fees
pursuant to Section 283-056, Local Government Code, or their contractors. City
Departments and contractors hired by the City doing construction in the right-of-way or
on other City property shall be required to obtain a permit, but shall be exempted from
payment of the permit fee.
(e) Should a contractor be engaged by a franchised utility, utility or certificated
telecommunications company authorized to perform work in the City's public right-of-
way, the contractor's registration information shall include information applicable to both
the franchised utility, utility or telecommunications company and the contractor if the
employer is not already registered with the City. The permit will be issued to the person,
contractor or legal entity actually performing the work in the right-of-way.
Sec. 24-174. Insurance.
(a) The applicant for permit shall furnish a certificate of insurance for public
liability and property damage, issued by a solvent insurance company or companies
authorized to do business in this state, or evidence of self-insurance satisfactory to the
City evidencing that the City is adequately protected from any liability or damages
resulting by virtue of applicant's construction. The certificate of insurance shall be tiled
with each application for permit. The public liability and property damage insurance
required herein shall have a minimum limit of one hundred thousand dollars
($100,000.00) property damage per occurrence, three hundred thousand dollars
($300,000.00) bodily injury per occurrence, and ten thousand dollars (S 10,000.00) for
any single occurrence for injury to or destruction of property.
(b) By acceptance of a permit, the applicant agrees to indemnify and hold
harmless the City, its officers, agents, servants, and employees from any and all claims,
damages, suits, attorneys' fees, causes of action, and judgments which may result in any s
manner from the construction or laying of any improvements upon any public street,
alley, or right-of-way in the City.
(c) By acceptance of a permit, the applicant agrees to, during the period of !
construction and prior to the acceptance of such improvements by the City, maintain such
public street, alley, or right-of-way in a safe condition and issue all necessary instructions
and take all precautions as may be reasonably required to maintain such public streets or
alleys in a safe condition for all public use.
i
(d) Permits for utility work performed by City crews within the public right-of-
way or on public property shall not require insurance.
Sec. 24-180. issuance =
The City Engineer shall issue a permit under this section within five (5) business
days of the submittal of the application when the following conditions are met:
(a) "The plans for the proposed construction are in conformity with the standards
and specifications of the City for such work, and the applicant has paid such fees required
by section 24-178.
(b) The applicant has submitted a duly executed application, containing all of the
information and data called for by section 24-178, including the proposal by the
applicant, as part of such application, to indemnify the City against all loss, damages and
liability as provided in subsections (b) of section 24-179, and to maintain the streets or
alleys in safe condition and to issue instructions and take the precautions for public safety
as provided in subsection (c) of section 24-179.
(c) That the certificates of public liability and property damage insurance have
been furnished to the City Engineer for permits issued under section 24- t 73 all in
accordance with the provisions of section 24-179.
(d) The operation will not unreasonably interfere with vehicular and pedestrian
traffic, the demand and necessity for parking spaces, and the means and access to and
from the property affected and adjacent properties.
(e) That the health, welfare, and safety of the public will not be unreasonably
impaired.
(0 The city engineer may require more time than five (S) days to issue the permit
for major utility projects in the ROW. A major project is installation or replacement of a
utility facility greater than one (1) mile in length. Meetings to review the project may be
required between the permit applicant and the city engineer or his or her designee for
major projects.
Sec. 24-181. Construction schedule.
"The permit holder shall submit a written construction schedule if required by the
permit to the city engineer or his or her designee two (2) business days before
commencing any work in or about the public rights -of -way.
Sec. 24-182. Notice to At1'ected Property Owners and Emergency Responders.
(a) The permit holder shall notify property owners of intended work if the work
may impact the owner's ability to access their property, or impact their normal daily
activities, such as accessing their solid waste dumpster to dispose of household trash..
(b) If the work will impact several ownem such as a full City block, the permit
holder shall place door hangers, or other notification techniques, along the affected area
that will furnish information on work to be done, such as: type of work; expected
schedule; and permit holder company contact information, including daytime and
emergency contact names and numbers. Such notification shall be done at least two (2)
calendar days prior to commencing the permitted work and record of such notifications
shall be retained by the permit holder.
(c) Should damage occur to abutting private property, or damage occur to utility
service to the private property, the permit holder will contact the property owner
immediately and coordinate the repairs to the property or service with the Owner.
(d) The permit holder shall contact emergency response agencies, such as police,
fire and ambulance service prior to commencement of any work that may impact access
to a street or alley. Emergency response agencies shall be notified by the permit holder if
a residential or commercial street is to be closed for any length of time, or one lane or
more of a collector or thoroughfare street is to be closed for any length of time, or if an
alley is to be blocked for more than 48 hours. Service agencies that may be impacted,
such as solid waste collection, shall be contacted, and alternate service coordinated, prior
to the beginning of work that may impact these services.
Sec. 24-183. Compliance with permit.
All construction activities shall be in accordance with the permit and approved
final plans and specifications for the facilities. The city engineer and his or her
representatives shall be provided access to the work and such further information as he or
she may require to ensure compliance with such requirements.
See. 24- t 84. Display of permit.
The permit holder shall maintain a copy of the construction permit and approved
plans at the construction site, which shall be displayed and made available for inspection
by the city engineer or his or her representatives at all times when construction work is
occurring.
Sec. 24-185. Survey of underground facilities.
If the construction permit specifies the location of new facilities by depth, line,
grade, proximity to other facilities or other standard, the city engineer or his or her
designee may require the permit holder to provide written verification, if reasonably
necessary, of the location of such facilities by a registered surveyor. If requested by the
city engineer or his or her designee, the permit holder shall relocate any facilities that are
not located in compliance with permit requirements.
Sec. 24-186. Non -complying work.
Upon order of the city engineer or his or her designee, all work that does not
comply with the permit, the approved plans and specifications for the work, or the
requirements of this article, shall be removed.
Sec. 24-187. Completion of construction.
The permit holder shall promptly complete all construction activities so as to
minimize disruption of the public rights -of -way and other public and private property.
All construction work authorized by a permit within the public rights -of -way, including
restoration, must be completed within one hundred twenty (120) calendar days of
issuance, or by such other date as may be agreed upon by the city engineer and his or her
designee.
Sec. 24-189. Utility Construction as -built drawings.
Within sixty (60) calendar days after completion of construction, the permit
holder shall furnish the city engineer with a complete set of plans, certifying to the city
that they accurately depict the location of all utility facilities constructed pursuant to the
permit.
Sec. 24-189. Restoration of right-of-way improvements.
(a) Upon completion of any construction work, the permit holder shall promptly
repair or restore any and all public street rights -of -way, including any and all public and
private fixtures, structures and facilities lawfully located therein, to as good as or better a
condition as before the start of construction. Unpaved portions of alley rights -of -way
shall be leveled, tilled, bladed and worked in such a manner as to leave the alley in a safe
and usable condition. Complete preconstruction photographs or videos of the work site
are required of all permit holders and shall be submitted to the city engineer upon request.
(b) Persons placing physical obstructions such as landscaping objects, irrigation
systems and fences within the right-of-way without legal authorization shall bear the risk
of damage to such obstructions due to utility construction work. The repair or
replacement of such unauthorized physical obstructions unavoidably damaged by utility
construction work shall be the sole responsibility of the adiacent property owner or other
person placing such unauthorized physical obstruction in the right-of-way.
Sec. 24-190. Restoration of trees, shrubs and other vegetation.
(a) Ali landscaping trees, shrubs and other vegetation damaged or disturbed
within the street right-of-way as a result of the construction. installation, maintenance,
U.S. Department Advisory
of Transportation
Federal Aviation Circular
Administration
Subject: OPERATIONAL SAFETY ON AIRPORTS
DURING CONSTRUCTION
1. THE PURPOSE OF THIS ADVISORY
CIRCULAR (AC).
Aviation safety is the primary consideration at airports,
especially during construction. This AC sets forth
guidelines for operational safety on airports during
construction. It contains major changes to the following
areas: "Runway Safety Area," paragraph 3-2; "Taxiway
Safety Areas/Object-Free Areas," paragraph 3-3;
"Overview," paragraph 3-4; "Marking Guidelines for
Temporary Threshold," paragraph 3-5; and "Hazard
Marking and Lighting," paragraph 3-9.
2. WHAT THIS AC CANCELS.
This AC cancels AC 150/5370-2D, Operational Safety
on Airports During Construction, dated May 31, 2002.
3. READING MATERIAL RELATED TO THIS
AC.
Appendix 1 contains a list of reading materials on
airport construction, design, and potential safety
hazards during construction, as well as instructions for
ordering these documents. Many of them, including
this AC, are available on the Federal Aviation
Administration (FAA) Web site.
DAVID L. BENNETT
Director, Office of Airport Safety and Standards
Date: 1/17/03 AC No: 150/5370-2E
Initiated by: AAS-300 Change:
4. WHO THIS AC AFFECTS.
This AC assists airport operators in complying with 14
Code of Federal Regulations (CFR), part 139,
Certification and Operation: Land Airports Serving
Certain Air Carriers, and with the requirements of
airport construction projects receiving funds under the
Airport Improvement Program or from the Passenger
Facility Charge Program. While the FAA does not
require noncertificated airports without grant
agreements to adhere to these guidelines, we
recommend that they do so as it will help these airports
maintain a desirable level of operational safety during
construction.
5. ADDITIONAL BACKGROUND
INFORMATION.
Appendix 2 contains definitions of terms used in this
AC. Appendix 3 provides airport operators with
boilerplate format and language for developing a safety
plan for an airport construction project. Appendix 4 is
a sample Notice to Airmen form.
6. HAZARD LIGHTING IMPLEMENTATION
TIME LINE.
Supplemental hazard lighting must be red in color by
October 1, 2004. See paragraph 3-9 for more
information.
1/17/03
CONTENTS
Paranraph
AC 150/5370-2E
Pane
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES.................................................I
1-1. Overview..................................................................................................................................................................1
1-2. Who Is Responsible for Safety During Construction...............................................................................................1
CHAPTER2. SAFETY PLANS................................................................................................................................3
Section 1. Basic Safety Plan Considerations.......................................................................................................3
2-1.
Overview.................................................................................................................................................................. 3
2-2.
Safety Plan Checklist................................................................................................................................................3
Section2.
Safety and Security Measures.............................................................................................................4
2-3.
Overview.................................................................................................................................................................. 4
2-4.
Vehicle Operation and Marking and Pedestrian Control..........................................................................................4
2-5.
Construction Employee Parking Areas.....................................................................................................................5
2-6.
Construction Vehicle Equipment Parking................................................................................................................5
2-7.
Radio Communication Training...............................................................................................................................5
2-8.
Fencing and Gates....................................................................................................................................................5
Section
3. Notification of Construction Activities................................................................................................5
2-9.
General.....................................................................................................................................................................5
2-10.
Assuring Prompt Notifications.................................................................................................................................6
2-11.
Notices to Airmen(NOTAMs).................................................................................................................................6
2-12.
Aircraft Rescue and Fire Fighting (ARFF) Notification...........................................................................................6
2-13.
Notification to the FAA............................................................................................................................................6
2-14.
Work Scheduling and Accomplishment...................................................................................................................6
CHAPTER 3. SAFETY STANDARDS AND GUIDELINES......................................................................................7
Section
1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas
......................7
3-1.
Overview.. ...........................................................................................................:.................................................... 7
3-2.
Runway Safety Area(RSA)/Obstacle-Free Zone(OFZ)..........................................................................................7
3-3.
Taxiway Safety Areas/Object-Free Areas................................................................................................................7
Section2.
Temporary Runway Thresholds..........................................................................................................a
3-4.
3-5.
Overview.................................................................................................................................................................. 8
Marking Guidelines for Temporary Threshold......................................................................................................... 8
3-6.
Lighting Guidelines for Temporary Threshold.........................................................................................................9
Section
3. Other Construction Marking and Lighting Activities......................................................................10
3-7.
Overview................................................................................................................................................................10
3-8.
Closed Runway and Taxiway Marking and Lighting.............................................................................................10
3-9.
Hazard Marking and Lighting................................................................................................................................10
3-10.
Construction Near Navigational Aids(NAVAIDs)................................................................................................11
3-11.
Construction Site Access and Haul Roads..............................................................................................................11
3-12.
Construction Material Stockpiling..........................................................................................................................11
3-13.
Other Limitations on Construction.........................................................................................................................11
3-14.
Foreign Object Debris (FOD) Management...........................................................................................................12
Section4. Safety Hazards and Impacts..............................................................................................................12
3-15. Overview................................................................................................................................................................12
I
AC 150/5370-2E
Appendices
APPENDIX 1. RELATED READING MATERIAL ................
APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC ..............................................
1/17/03
........................ A4
A-2
APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE.............................................................. A-3
APPENDIX4. SAMPLE NOTAM............................................................................................................................ A-7
M
1/17/03 AC 150/5370-2E
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES
1-1. OVERVIEW.
Hazardous practices and marginal conditions created by
construction activities can decrease or jeopardize
operational safety on airports. To minimize disruption of
normal aircraft operations and to avoid situations that
compromise the airport's operational safety, the airport
operator must carefully plan, schedule, and coordinate
construction activities. While the guidance in this AC is
primarily used for construction operations, some of the
methods and procedures described may also enhance day-
to-day maintenance operations.
1-2. WHO IS RESPONSIBLE FOR SAFETY
DURING CONSTRUCTION.
An airport operator has overall responsibility for
construction activities on an airport. This includes the
predesign, design, preconstruction, construction, and
inspection phases. Additional information on these
responsibilities can be found throughout this AC.
a. Airport operator's responsibilities—
(1) Develop internally or approve a
construction safety plan developed by an outside
consultant/contractor that complies with the safety
guidelines in Chapter 2, "Safety Plans," and Appendix 3,
"Airport Construction Safety Planning Guide," of this
AC.
(2) Require contractors to submit plans
indicating how they intend to comply with the safety
requirements of the project.
(3) Convene a meeting with the construction
contractor, consultant, airport employees, and, if
appropriate, tenant sponsor to review and discuss project
safety before beginning construction activity.
(4) Ensure contact information is accurate for
each representative/point of contact identified in the
safety plan.
(5) Hold weekly or, if necessary, daily safety
meetings to coordinate activities.
(6) Notify users, especially aircraft rescue and
fire fighting (ARFF) personnel, of construction activity
and conditions that may adversely affect the operational
safety of the airport via Notices to Airmen (NOTAMs) or
other methods, as appropriate. Convene a meeting for
review and discussion if necessary.
(7) Ensure that construction personnel know
of any applicable airport procedures and of changes to
those procedures that may affect their work.
(8) Ensure that construction contractors and
subcontractors undergo training required by the safety
plan.
(9) Develop and/or coordinate a construction
vehicle plan with airport tenants, the airport traffic control
tower (ATCT), and construction contractors. Include the
vehicle plan in the safety plan. See Chapter 2, section 2,
of this AC for additional information.
(10) Ensure tenants and contractors comply
with standards and procedures for vehicle lighting,
marking, access, operation, and communication.
(11) At certificated airports, ensure that each
tenant's construction safety plan is consistent with 14
CFR part 139, Certification and Operations: Land
Airports Serving Certain Air Carriers.
(12) Conduct frequent inspections to ensure
construction contractors and tenants comply with the
safety plan and that altered construction activities do not
create potential safety hazards.
(13) Resolve safety deficiencies immediately.
(14) Ensure construction access complies with
the security requirements of 49 CFR part 1542, Airport
Security.
(15) Notify appropriate parties when
conditions exist that invoke provisions of the safety plan
(e.g., implementation of low -visibility operations).
b. Construction contractor's responsibilities—
(1) Submit plans to the airport operator on
how to comply with the safety requirements of the
project.
(2) Have available a copy of the project safety
plan.
(3) Comply with the safety plan associated
with the construction project and ensure that construction
personnel are familiar with safety procedures and
regulations on the airport.
(4) Provide a point of contact who will
coordinate an immediate response to correct any
construction -related activity that may adversely affect the
operational safety of the airport.
(5) Provide a safety officer/construction
inspector familiar with airport safety to monitor
construction activities.
(6) Restrict movement of construction
vehicles to construction areas by flagging and barricading,
erecting temporary fencing, or providing escorts, as
appropriate.
AC 150/5370-2E
(7) Ensure that no construction employees,
employees of subcontractors or suppliers, or other persons
enter any part of the air operations areas (AOAs) from the
construction site unless authorized.
c. Tenant's responsibilities if planning
construction activities on leased property—
(1) Develop a safety plan, and submit it to,the
airport operator for approval prior to issuance of a Notice
to Proceed.
(2) Provide a point of contact who will
coordinate an immediate response to correct any
1/17/03
construction -related activity that may adversely affect the
operational safety of the airport.
(3) Ensure that no tenant or construction
employees, employees of subcontractors or suppliers, or
any other persons enter any part of the AOA from the
construction site unless authorized.
(4) Restrict movement of construction
vehicles to construction areas by flagging and barricading
or erecting temporary fencing.
ti 1
2
I
f
i
1/17/03
CHAPTER 2. SAFETY PLANS
Section 1. Basic Safety Plan Considerations
2-1. OVERVIEW.
Airport operators should coordinate safety issues with the
air carriers, FAA Airway Facilities, and other airport
tenants before the design phase of the project. The airport
operator should identify project safety concerns,
requirements, and impacts before making arrangements
with contractors and other personnel to perform work on
an airport. These safety concerns will serve as the
foundation for the construction safety plan and help
maintain a high level of aviation safety during the project.
The airport operator should determine the level of
complexity of the safety plan that is necessary for each
construction project and its phases. The safety plan may
be detailed in the specifications included in the invitation
for bids, or the invitation for bid may specify that the
contractor develop the safety plan and the airport operator
approve it. In the latter case, the invitation for bid should
contain sufficient information to allow the contractor to
develop and determine the costs associated with the safety
plan. In either case, safety plan costs should be
incorporated into the total cost of the project. The airport
operator has final approval authority and responsibility
for all safety plans.
Coordination will vary from formal predesign conferences
to informal contacts throughout the duration of the
construction project.
Details of a specified safety plan, or requirements for a
contractor -developed safety plan, should be discussed at
the predesign and preconstruction conferences and should
include the following, as appropriate:
a. Actions necessary before starting construction,
including defining and assigning responsibilities.
b. Basic responsibilities and procedures for
disseminating instructions about airport procedures to the
contractor's personnel.
c. Means of separating construction areas from
aeronautical -use areas.
d. Navigational aid (NAVAID) requirements and
weather.
e. Marking and lighting plan illustrations.
E Methods of coordinating significant changes in
airport operations with all the appropriate parties.
AC 150/5370-2E
2-2. SAFETY PLAN CHECKLIST.
To the extent applicable, the safety plan should address
the following:
a. Scope of work to be performed, including
proposed duration of work.
b. Runway and taxiway marking and lighting.
c. Procedures for protecting all runway and taxiway
safety areas, obstacle -free zones (OFZs), object -free areas
(OFAs), and threshold citing criteria outlined in AC
15015300-13, Airport Design, and as described in this AC.
This includes limitations on equipment height and
stockpiled material.
d. Areas and operations affected by the
construction activity, including possible safety problems.
e. NAVAIDs that could be affected, especially
critical area boundaries.
f. Methods of separating vehicle and pedestrian
construction traffic from the airport movement areas.
This may include fencing off construction areas to keep
equipment operators in restricted areas in which they are
authorized to operate. Fencing, or some other form of
restrictive barrier, is an operational necessity in some
cases.
g. Procedures and equipment, such as barricades
(identify type), to delineate closed construction areas from
the airport operational areas, as necessary.
h. Limitations on construction.
i. Required compliance of contractor personnel
with all airport safety and security measures.
j. Location of stockpiled construction materials,
construction site parking, and access and haul roads.
k. Radio communications.
L Vehicle identification.
m. Trenches and excavations and cover
requirements.
AC 150/5370-2E
n. Procedures for notifying ARFF personnel if
water lines or fire hydrants must be deactivated or if
emergency access routes must be rerouted or blocked.
o. Emergency notification procedures for medical
and police response.
p. Use of temporary visual aids.
q. Wildlife management.
r. Foreign object debris (FOD) control provisions.
s. Hazardous materials (HAZMAT) management.
t. NOTAM issuance.
1/17/03
w. Procedures for contacting responsible
representatives/points of contact for all involved parties.
This should include off -duty contact information so an
immediate response may be coordinated to correct any
construction -related activity that could adversely affect
the operational safety of the airport. Particular care
should be taken to ensure that appropriate Airways
Facilities personnel are identified in the event that an
unanticipated utility outage or cable cut occurs that
impacts FAA NAVAIDs.
z. Vehicle operator training.
y. Penalty provisions for noncompliance with
airport rules and regulations and the safety plan (e.g., if a
vehicle is involved in a runway incursion).
u. Inspection requirements. z. Any special conditions that affect the operation
of the airport and will require a portion of the safety plan
v. Procedures for locating and protecting existing to be activated (e.g., low -visibility operations, snow
underground utilities, cables, wires, pipelines, and other removal).
underground facilities in excavation areas.
Section 2. Safety and Security Measures
Airport operators are responsible for closely monitoring
tenant and construction contractor activity during the
construction project to ensure continual compliance with
all safety and security requirements. Airports subject to
49 CFR part 1542, Airport Security, must meet standards
for access control, movement of ground vehicles, and
identification of construction contractor and tenant
personnel. In addition, airport operators should use safety
program standards, as described in Chapter 3 of this AC,
to develop specific safety measures to which tenants and
construction contractors must adhere throughout the
duration of construction activities.
General safety provisions are contained in AC
150/5370-10, Standards for Specking Construction of
Airports, paragraphs 40-05, "Maintenance of Traffic";
70-08, "Barricades, Warning Signs, and Hazard
Markings"; and 80-04, "Limitation of Operations." At any
time during construction, aircraft operations, weather,
security, or local airport rules may dictate more stringent
safety measures. The airport operator should ensure that
both general and specific safety requirements are
coordinated with airport tenants and ATCT personnel.
The airport operator should also include these parties in
the coordination of all bid documents, construction plans,
and specifications for on -airport construction projects.
2-4. VEHICLE OPERATION AND MARKING
AND PEDESTRIAN CONTROL.
Vehicle and pedestrian access routes for airport
construction projects must be controlled to prevent
inadvertent or unauthorized entry of persons, vehicles, or
animals onto the AOA. This includes aircraft movement
and nonmovement areas. The airport operator should
develop and coordinate a construction vehicle plan with
airport tenants, contractors, and the ATCT. The safety
plan or invitation for bid should include specific vehicle
and pedestrian requirements.
The vehicle plan should contain the following items:
a. Airport operator's rules and regulations for
vehicle marking, lighting, and operation.
b. Requirements for marking and identifying
vehicles in accordance with AC 150/5210-5, Painting,
Marking, and Lighting of Vehicles Used on an Airport.
c. Description of proper vehicle operations on
movement and nonmovement areas under normal, lost
communications, and emergency conditions.
d. Penalties for noncompliance with driving rules
and regulations.
e. Training requirements for vehicle drivers to
ensure compliance with the airport operator's vehicle
rules and regulations.
E Provisions for radio communication training for
construction contractor personnel engaged in construction
activities around aircraft movement areas. Some drivers,
1/17/03
such as construction drivers under escort, may not require
this training.
g. Escort procedures for construction vehicles
requiring access to aircraft movement areas. A vehicle in
the movement area must have a working aviation -band,
two-way radio unless it is under escort. Vehicles can be
in closed areas without a radio if the closed area is
properly marked and lighted to prevent incursions and a
NOTAM regarding the closure is issued.
h. Monitoring procedures to ensure that vehicle
drivers are in compliance with the construction vehicle
plan.
I. Procedures for, if appropriate, personnel to
control access through gates and fencing or across aircraft
movement areas.
2-5. CONSTRUCTION EMPLOYEE PARKING
AREAS.
Designate in advance vehicle parking areas for contractor
employees to prevent any unauthorized entry of persons
or vehicles onto the airport movement area. These areas
should provide reasonable contractor employee access to
the job site.
2-6. CONSTRUCTION VEHICLE EQUIPMENT
PARKING.
Construction employees must park and service all
construction vehicles in an area designated by the airport
operator outside the runway safety areas and OFZs and
never on a closed taxiway or runway. Employees should
also park construction vehicles outside the OFA when not
in use by construction personnel (e.g., overnight, on
weekends, or during other periods when construction is
not active). Parking areas must not obstruct the clear line
of sight by the ATCT to any taxiways or runways under
air traffic control nor obstruct any runway visual aids,
signs, or navigational aids. The FAA must also study
those areas to determine effects on 14 CFR part 77,
Objects Affecting Navigable Airspace, surfaces (see
paragraph 2-13 for further information).
2-7. RADIO COMMUNICATION TRAINING.
The airport operator must ensure that tenant and
construction contractor personnel engaged in activities
involving unescorted operation on aircraft movement
2-9. GENERAL.
AC 150/5370-2E
areas observe the proper procedures for communications,
including using appropriate radio frequencies at airports
with and without ATCTs. Training of contractors on
proper communication procedures is essential for
maintaining airport operational safety. When operating
vehicles on or near open runways or taxiways,
construction personnel must understand the critical
importance of maintaining radio contact with airport
operations, ATCT, or the Common Traffic Advisory
Frequency, which may include UNICOM, MULTICOM,
or one of the FAA Flight Service Stations (FSS), as
directed by airport management.
Vehicular traffic crossing active movement areas must be
controlled either by two-way radio with the ATCT, escort,
flagman, signal light, or other means appropriate for the
particular airport. Vehicle drivers must confirm by
personal observation that no aircraft is approaching their
position when given clearance to cross a runway. In
addition, it is the responsibility of the escort vehicle driver
to verify the movement/position of all escorted vehicles at
any given time.
Even though radio communication is maintained, escort
vehicle drivers must also familiarize themselves with
ATCT light gun signals in the event of radio failure (see
the FAA safety placard "Ground Vehicle Guide to Airport
Signs and Markings"). This safety placard may be
ordered through the Runway Safety Program Web site at
http://www.faarsp.org or obtained from the Regional
Airports Division Office.
M-13I111W_ TDR1"1 L11 0[e-W*1
Airport operators and contractors must take care to
maintain a high level of safety and security during
construction when access points are created in the security
fencing to permit the passage of construction vehicles or
personnel. Temporary gates should be equipped so they
can be securely closed and locked to prevent access by
animals and people (especially minors). Procedures
should be in place to ensure that only authorized persons
and vehicles have access to the AOA and to prohibit
"piggybacking" behind another person or vehicle. The
Department of Transportation (DOT) document
DOT/FAA/AR 00/52, Recommended Security Guidelines
for Airport Planning and Construction, provides more
specific information on fencing. A copy of this document
can be obtained from the Airport Consultants Council,
Airports Council International, or American Association
of Airport Executives.
Section 3. Notification of Construction Activities
In order to maintain the desired levels of operational
safety on airports during construction activities, the safety
b
plan should contain the notification actions described
below.
AC 150/5370-2E
2-10. ENSURING PROMPT NOTIFICATIONS.
The airport operator should establish and follow
procedures for the immediate notification of airport users
and the FAA of any conditions adversely affecting the
operational safety of an airport.
2-11. NOTICES TO AIRMEN (NOTAMS).
The airport operator must provide information on closed
or hazardous conditions on airport movement areas to the
FSS so it can issue a NOTAM. The airport operator must
coordinate the issuance, maintenance, and cancellation of
NOTAMs about airport conditions resulting from
construction activities with tenants and the local air traffic
facility (control tower, approach control, or air traffic
control center. Refer to AC 150/5200-28, Notices to
Airmen (NOTAMs) for Airport Operators, and Appendix
4 in this AC for a sample NOTAM form. Only the FAA
may issue or cancel NOTAMs on shutdown or irregular
operation of FAA -owned facilities. Only the airport
operator or an authorized representative may issue or
cancel NOTAMs on airport conditions. (The airport
owner/operator is the only entity that can close or open a
runway.) The airport operator must file and maintain this
list of authorized representatives with the FSS. Any
person having reason to believe that a NOTAM is
missing, incomplete, or inaccurate must notify the airport
operator.
2-12. AIRCRAFT RESCUE AND FIRE
FIGHTING (ARFF) NOTIFICATION.
The safety plan must provide procedures for notifying
ARFF personnel, mutual aid providers, and other
emergency services if construction requires shutting off or
otherwise disrupting any water line or fire hydrant on the
airport or adjoining areas and if contractors work with
hazardous material on the airfield. Notification
procedures must also be developed for notifying ARFF
and all other emergency personnel when the work
performed will close or affect any emergency routes.
Likewise, the procedures must address appropriate
notifications when services are restored.
2-13. NOTIFICATION TO THE FAA.
For certain airport projects, 14 CFR part 77 requires
notification to the FAA. In addition to applications made
for Federally funded construction, 14 CFR part 157,
Notice of Construction, Alteration, Activation, and
1/17/03
Deactivation of Airports, requires that the airport operator
notify the FAA in writing whenever a non -Federally
funded project involves the construction of a new airport;
the construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport. Notification involves submitting FAA Form
7480-1, Notice of Landing Area Proposal, to the nearest
FAA Regional Airports Division Office or Airports
District Office.
Also, any person proposing any kind of construction or
alteration of objects that affect navigable airspace, as
defined in 14 CFR part 77 must notify the FAA. This
includes construction equipment and proposed parking
areas for this equipment (i.e., cranes, graders, etc.). FAA
Form 7460-1, Notice of Proposed Construction or
Alteration, can be used for this purpose and submitted to
the FAA Regional Airports Division Office or Airports
District Office. (See AC 70/7460-2, Proposed
Construction or Alteration of Objects that May Affect the
Navigable Airspace.)
If construction operations require a shutdown of an airport
owned NAVAID from service for more than 24 hours or
in excess of 4 hours daily on consecutive days, we
recommend a 45-day minimum notice prior to facility
shutdown. Coordinate work for a FAA owned NAVAID
shutdown with the local FAA Airways Facilities Office.
In addition, procedures that address unanticipated utility
outages and cable cuts that could impact FAA NAVAIDs
must be addressed.
2-14. WORK SCHEDULING AND
ACCOMPLISHMENT.
Airport operators —or tenants having construction on their
leased properties —should use predesign, prebid, and
preconstruction conferences to introduce the subject of
airport operational safety during construction (see AC
150/5300-9, Predesign, Prebig and Preconstruction
Conferences for Airport Grant Projects). The airport
operator, tenants, and construction contractors should
integrate operational safety requirements into their
planning and work schedules as early as practical.
Operational safety should be a standing agenda item for
discussion during progress meetings throughout the
project. The contractor and airport operator should carry
out onsite inspections throughout the project and
immediately remedy any deficiencies, whether caused by
negligence, oversight, or project scope change.
_;
1/17/03
AC 150/5370-2E
CHAPTER 3. SAFETY STANDARDS AND GUIDELINES
Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas
3-1. OVERVIEW.
Airport operators must use these safety guidelines when
preparing plans and specifications for construction
activities in areas that may interfere with aircraft
operations. The safety plan should recognize and address
these standards for each airport construction project.
However, the safety plan must reflect the specific needs
of a particular project, and for this reason, these safety
guidelines should not be incorporated verbatim into
project specifications. For additional guidance on
meeting safety and security requirements, refer to the
planning guide template included in Appendix 3 of this
AC.
3-2. RUNWAY SAFETY AREA (RSA)/
OBSTACLE -FREE ZONE (OFZ).
A runway safety area is the defined surface surrounding
the runway prepared or suitable for reducing the risk of
damage to airplanes in the event of an undershoot,
overshoot, or excursion from the runway (see AC
15015300-13, Airport Design). Construction activities
within the standard RSA are subject to the following
conditions:
a. Runway edges.
(1) No construction may occur closer than
200 feet (60m) from the runway centerline unless the
runway is closed or restricted to aircraft operations,
requiring an RSA that is equal to the RSA width available
during construction, or 400 feet, whichever is less (see
AC 150/5300-13, Tables 3-1 through 3-3).
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13.
(3) The airport operator must coordinate the
construction activity in the RSA as permitted above with
the ATCT and the FAA Regional Airports Division
Office or appropriate Airports District Office and issue a
local NOTAM.
b. Runway ends.
(1) An RSA must be maintained of such
dimensions that it extends beyond the end of the runway a
distance equal to that which existed before construction
activity, unless the runway is closed or restricted to
aircraft operations for which the reduced RSA is adequate
(see AC 150/5300-13). The temporary use of declared
distances and/or partial runway closures may help provide
the necessary RSA.
In addition, all personnel, materials, and/or equipment
must remain clear of the applicable threshold siting
surfaces, as defined in Appendix 2, "Threshold Siting
Requirements," of AC 150/5300-13.1 Consult with the
appropriate FAA Regional Airports Division Office or
Airports District Office to determine the appropriate
approach surface required.
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13.
(3) The safety plan must provide procedures
for ensuring adequate distance for blast protection, if
required by operational considerations.
(4) The airport operator must coordinate
construction activity in this portion of the RSA with the
ATCT and the FAA Regional Airports Division Office or
appropriate Airports District Office and issue a local
NOTAM.
c. Excavations.
(1) Construction contractors must
prominently mark open trenches and excavations at the
construction site with red or orange flags, as approved by
the airport operator, and light them with red lights during
hours of restricted visibility or darkness.
(2) Open trenches or excavations are not
permitted within 200 feet (60m) of the runway centerline
and at least the existing RSA distance from the runway
threshold while the runway is open. If the runway must
be opened before excavations are backfilled, cover the
excavations appropriately. Coverings for open trenches
or excavations must be of sufficient strength to support
the weight of the heaviest aircraft operating on the
runway.
3-3. TAXIWAY SAFETY AREAS/OBJECT-
FREE AREAS.
a. Unrestricted construction activity is permissible
adjacent to taxiways when the taxiway is restricted to
aircraft such that the available taxiway safety area is equal
'If a full safety area cannot be obtained through declared
distances and partial closures, or other methods such as alternate
runway use, construction activity may operate in the RSA as
long as conditions cited in paragraph 3-lb(2) thru (4) are met. In
addition, various surfaces outlined in AC 150/5300-13 and
Terminal Instrument Procedures (TERPS) must be protected
through an aeronautical study.
AC 150/5370-2E
to at least ''/z of the widest wingspan of the aircraft
expected to use the taxiway and the available taxiway
object -free area is equal to at least .7 times the widest
wingspan plus 10 feet. (See AC 150/5300-13 for
guidance on taxiway safety and object -free areas.)
Construction activity may be accomplished closer to a
taxiway, subject to the following restrictions:
(1) The activity is first coordinated with the
airport operator.
(2) Appropriate NOTAMs are issued.
(3) Marking and lighting meeting the
provisions of paragraph 3-9 are implemented.
(4) Adequate clearance is maintained between
equipment and materials and any part of an aircraft. If
such clearance can only be maintained if an aircraft does
not have full use of the entire taxiway width (with its
3-4. OVERVIEW.
1/17103
main landing gear at the edge of the pavement), then it
will be necessary to move personnel and equipment for
each passing aircraft. In these situations, flag persons will
be used to direct construction equipment, and wing
walkers may be necessary to guide aircraft. Wing walkers
should be airline/aviation personnel rather than
construction workers.
b. Construction contractors must prominently mark
open trenches and excavations at the constiuction site, as
approved by the airport operator, and light them with red
lights during hours of restricted visibility or darkness
c. Excavations and open trenches may be permitted
up to the edge of a structural taxiway and apron pavement
provided the dropoff is marked and lighted per paragraph
3-9, "Hazard Marking and Lighting."
Section 2. Temporary Runway Thresholds
Construction activity in a runway approach area may
result in the need to partially close a runway or displace
the existing runway threshold. In either case, locate the
threshold in accordance with Appendix 2 of AC
150/5300-13, Airport Design. Objects that do not
penetrate these surfaces may still be obstructions to air
navigation and may affect standard instrument approach
procedures. Coordinate these objects with the FAA's
Regional Airports Office or appropriate Airports District
Office, as necessary. Refer to the current edition of AC
150/5300-13 for guidance on threshold siting
requirements. The partial runway closure, the
displacement of the runway threshold, as well as closures
of the complete runway and other portions of the
movement area also requires coordination with
appropriate ATCT personnel and airport users.
Caution regarding partial runway closures: When
filing a NOTAM for a partial runway closure, clearly state
to FSS personnel that the portion of pavement located
prior to the threshold is not available for landing and
departing traffic. In this case, the threshold has been
moved for both landing and takeoff purposes (this is
different than a displaced threshold).
Example NOTAM: "North 1,000 feet of Runway 18/36 is
closed; 7,000 feet remain available on Runway 18 and
Runway 36 for arrivals and departures." There may be
situations where the portion of closed runway is available
for taxiing only. If so, the NOTAM must reflect this
condition.
Caution regarding displaced thresholds:
Implementation of a displaced threshold affects runway
length available for aircraft landing over the
displacement. Depending on the reason for the
displacement (to provide obstruction clearance or RSA),
such a displacement may also require an adjustment in the
landing distance available and accelerate -stop distance
available in the opposite direction. If project scope
includes personnel, equipment, excavation, etc. within the
RSA of any usable runway end, we do not recommend a
displaced threshold unless arrivals and departures toward
the construction activity are prohibited. Instead,
implement a partial closure.
3-5. MARKING GUIDELINES FOR
TEMPORARY THRESHOLD.
Ensure that markings for temporary displaced thresholds
are clearly visible to pilots approaching the airport to
land. When construction personnel and equipment are
located close to any threshold, a temporary visual
NAVAID, such as runway end identifier lights (REIL),
may be required (even on unlighted runways) to define
the new beginning of the runway clearly. A visual
vertical guidance device, such as a visual approach slope
indicator (VASI), pulse light approach slope indicator
(PLASI), or precision approach path indicator (PAPI),
may be necessary to assure landing clearance over
personnel, vehicles, equipment, and/or above -grade
stockpiled materials. If such devices are installed, ensure
an appropriate descriptive NOTAM is issued to inform
pilots of these conditions. The current edition of AC
150/5340-1, Standards for Airport Markings, describes
standard marking colors and layouts. In addition, we
recommend that a temporary runway threshold be marked
using the following guidelines:
a. Airport markings must be clearly visible to
pilots; not misleading, confusing, or deceptive; secured in
place to prevent movement by prop wash, jet blast, wing
vortices, or other wind currents; and constructed of
1/17/03
materials that would minimize damage to an aircraft in
the event of inadvertent contact.
(1) Pavement markings for temporary closed
portions of the runway should consist of yellow chevrons
,to identify pavement areas that are unsuitable for
takeoff/landing (see AC 150/5340-1). If unable to paint
the markings on the pavement, construct them from any
of the following materials: double -layered painted snow
fence, colored plastic, painted sheets of plywood, or
similar materials. They must be properly configured and
secured to prevent movement by prop wash, jet blast, or
other wind currents.
(2) It may be necessary to remove or cover
runway markings, such as runway designation markings
and aiming point markings, depending on the length of
construction and type of activity at the airport.
(3) When threshold markings are needed to
identify the temporary beginning of the runway that is
available for landing, use a white threshold bar of the
dimensions specified in AC 150/5340-1.
(4) If temporary outboard elevated or flush
threshold bars are used, locate them outside of the runway
pavement surface, one on each side of the runway. They
should be at least 10 feet (3m) in width and extend
outboard from each side of the runway so they are clearly
visible to landing and departing aircraft. These threshold
bars are white. If the white threshold bars are not
discernable on grass or snow, apply a black background
with appropriate material over the ground to ensure the
markings are clearly visible.
(5) A temporary threshold may also be
marked with the use of retroreflective, elevated markers.
One side of such markers is green to denote the approach
end of the runway; the side that is seen by pilots on
rollout is red. See AC 150/5345-39, FAA Specification L-
853, Runway and Taxiway Retroreflective Markers.
(6) At 14 CFR part 139 certificated airports,
temporary elevated threshold markers must be mounted
with a frangible fitting (see 14 CFR part 139.309).
However, at noncertificated airports, the temporary
elevated threshold markings may either be mounted with
a frangible fitting or be flexible. See AC 150/5345-39.
b. The application rate of the paint to mark a short-
term temporary runway threshold may deviate from the
standard (see Item P-620, "Runway and Taxiway
Painting," in AC 150/5370-10, Standards for Specking
Construction of Airports), but the dimensions must meet
the existing standards, unless coordinated with the
appropriate offices.
c. When a runway is partially closed, the distance
remaining signs for aircraft landing in the opposite
direction should be covered or removed during the
construction.
AC 150/5370-2E
3-6. LIGHTING GUIDELINES FOR
TEMPORARY THRESHOLD.
A temporary runway threshold must be lighted if the
runway is lighted and it is the intended threshold for night
landings or instrument meteorological conditions. We
recommend that temporary threshold lights and related
visual NAVAIDs be installed outboard of the edges of the
full-strength pavement with bases at grade level or as low
as possible, but not to exceed 3 inches (7.6cm) above
ground. When any portion of a base is above grade, place
properly compacted fill around the base to minimize the
rate of gradient change so aircraft can, in an emergency,
cross at normal landing or takeoff speeds without
incurring significant damage (see AC 150/5370-10). We
recommend that the following be observed when using
temporary runway threshold lighting:
a. Maintain threshold and edge lighting color and
spacing standards as described in AC 150/5340-24,
Runway and Taxiway Edge Lighting System.
Battery -powered, solar, or portable lights that meet the
criteria in AC 150/5345-50, Specificationfor Portable
Runway Lights, may be used. These systems are intended
primarily for visual flight rules (VFR) aircraft operation
but may be used for instrument flight rules (IFR) aircraft
operations, upon individual approval from the Flight
Standards Division of the applicable FAA Regional
Office.
b. When the runway has been partially closed,
disconnect edge and threshold lights with associated
isolation transformers on that part of the runway at and
behind the threshold (i.e., the portion of the runway that is
closed). Alternately, cover the light fixture in such a way
as to prevent light leakage. Avoid removing the lamp
from energized fixtures because an excessive number of
isolation transformers with open secondaries may damage
the regulators and/or increase the current above its normal
value.
c. Secure, identify, and place any temporary
exposed wiring in conduit to prevent electrocution and
fire ignition sources.
d. Reconfigure yellow lenses (caution zone), as
necessary. If the runway has centerline lights, reconfigure
the red lenses, as necessary, or place the centerline lights
out of service.
e. Relocate the visual glide slope indicator (VGSI),
such as VASI and PAPI; other airport lights, such as
REEL; and approach lights to identify the temporary
threshold. Another option is to disable the VGSI or any
equipment that would give misleading indications to
pilots as to the new threshold location. Installation of
temporary visual aids may be necessary to provide
adequate guidance to pilots on approach to the affected
runway. If the FAA owns and operates the VGSI,
AC 150/5370-2E
coordinate its installation or disabling with the local
Airway Facilities Systems Management Office.
3-7. OVERVIEW.
1/17/03
f. Issue a NOTAM to inform pilots of temporary
lighting conditions.
Section 3. Other Construction Marking and Lighting Activities
Ensure that construction areas, including closed runways,
are clearly and visibly separated from movement areas
and that hazards, facilities, cables, and power lines are
identified prominently for construction contractors.
Throughout the duration of the construction project,
verify that these areas remain clearly marked and visible
at all times and that marking and lighting aids remain in
place and operational. Routine inspections must be made
of temporary construction lighting, especially battery -
powered lighting since weather conditions can limit
battery life.
3-8. CLOSED RUNWAY AND TAXIWAY
MARKING AND LIGHTING.
Closed runway markings consist of a yellow "X" in
compliance with the standards of AC 150/5340-1,
Standards for Airport Markings. A very effective and
preferable visual aid to depict temporary closure is the
lighted "X" signal placed on or near the runway
designation numbers. This device is much more
discernible to approaching aircraft than the other
materials described. If the lighted "X" is not available,
construct the marking of any of the following materials:
double -layered painted snow fence, colored plastic,
painted sheets of plywood, or similar materials. They
must be properly configured and secured to prevent
movement by prop wash, jet blast, or other wind currents.
In addition, the airport operator may install barricades,
traffic cones, activate stop bars, or other acceptable visual
devices at major entrances to the runways to prevent
aircraft from entering a closed portion of runway. The
placement of even a single reflective barricade with a "do
not enter" sign on a taxiway centerline can prevent an
aircraft from continuing onto a closed runway. If the
taxiway must remain open for aircraft crossings,
barricades or markings, as described above or in
paragraph 3-9, should be placed on the runway.
a. Permanently closed runways.
For runways and taxiways that have been permanently
closed, disconnect the lighting circuits. For runways,
obliterate the threshold marking, runway designation
marking, and touchdown zone markings, and place "X's" at
each end and at 1,000-foot (300-m) intervals. For taxiways,
place an "X" at the entrance of the closed taxiway.
10
b. Temporarily closed runway and taxiways.
For runways that have been temporarily closed, place an
"X" at the each end of the runway. With taxiways, place
an "X" at the entrance of the closed taxiway.
c. Temporarily closed airport.
When the airport is closed temporarily, mark the runways
as closed and turn off the airport beacon.
d. Permanently closed airports
When the airport is closed permanently, mark the
runways as permanently closed, disconnect the airport
beacon, and place an "X" in the segmented circle or at a
central location if no segmented circle exists.
3-9. HAZARD MARKING AND LIGHTING.
Provide prominent, comprehensible warning indicators
for any area affected by construction that is normally
accessible to aircraft, personnel, or vehicles. Using
appropriate hazard marking and lighting may prevent
damage, injury, traffic delays, and/or facility closures.
Hazard marking and lighting must restrict access and
make specific hazards obvious to pilots, vehicle drivers,
and other personnel. Barricades, traffic cones (weighted
or sturdily attached to the surface), or flashers are
acceptable methods used to identify and define the limits
of construction and hazardous areas on airports.
Provide temporary hazard marking and lighting to prevent
aircraft from taxiing onto a closed runway for takeoff and
to identify open manholes, small areas under repair,
stockpiled material, and waste areas. Also consider less
obvious construction -related hazards and include
markings to identify FAA, airport, and National Weather
Service facilities cables and power lines; instrument
landing system (ILS) critical areas; airport surfaces, such
as RSA, OFA, and OFZ; and other sensitive areas to make
it easier for contractor personnel to avoid these areas.
The construction specifications must include a provision
requiring the contractor to have a person on call 24 hours
a day for emergency maintenance of airport hazard
lighting and barricades. The contractor must file the
contact person's information with the airport.
a. Nonmovement areas.
Indicate construction locations on nonmovement areas in
which no part of an aircraft may enter by using barricades
that are marked with diagonal, alternating orange and white
stripes. Barricades may be supplemented with alternating
1/17/03
orange and white flags at least 20 by 20 inches (50 by 50
cm) square and made and installed so they are always in an
extended position, properly oriented, and securely fastened
to eliminate jet engine ingestion. Such barricades may be
many different shapes and made from various materials,
including railroad ties, sawhorses, jersey barriers, or
barrels. During reduced visibility or night hours,
supplement the barricades with red lights, either flashing or
steady -burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October 1, 2004). The
intensity of the lights and spacing for barricade flags and
lights must adequately and without ambiguity delineate the
hazardous area.
b. Movement areas.
Use orange traffic cones; red lights, either flashing or
steady -burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October 1, 2004);
collapsible barricades marked with diagonal, alternating
orange and white stripes; and/or signs to separate all
construction/maintenance areas from the movement area.
All barricades, temporary markers, and other objects
placed and left in safety areas associated with any open
runway, taxiway, or taxilane must be as low as possible to
the ground; of low mass; easily collapsible upon contact
with an aircraft or any of its components; and weighted or
sturdily attached to the surface to prevent displacement
from prop wash, jet blast, wing vortex, or other surface
wind currents. If affixed to the surface, they must be
frangible at grade level or as low as possible, but not to
exceed 3 inches (7.6cm) above the ground. Do not use
nonfrangible hazard markings, such as concrete barriers
and/or metal -drum -type barricades, in aircraft movement
areas. Do not use railroad ties on runways.
Use highly reflective barriers with flashing or steady -
burning red lights to barricade taxiways leading to closed
runways. Evaluate all operating factors when determining
how to mark temporary closures that can last from 10 to
15 minutes to a much longer period of time. However,
we strongly recommend that, even for closures of
relatively short duration, major taxiway/runway
intersections be identified with barricades spaced no
greater than 20 feet (6m) apart. Mark the barricades with
a flashing or steady -burning red light. At a minimum, use
a single barricade placed on the taxiway centerline.
3-10. CONSTRUCTION NEAR NAVIGATIONAL
AIDS (NAVAIDS).
Construction activities, materials/equipment storage, and
vehicle parking near electronic NAVAIDs require special
consideration since they may interfere with signals
essential to air navigation. Evaluate the effect of
construction activity and the required distance and
direction from the NAVAID for each construction project.
Pay particular attention to stockpiling material, as well as
AC 150/5370-2E
to movement and parking of equipment that may interfere
with line of sight from the ATCT or with electronic
emissions. Interference from construction may require
NAVAID shutdown or adjustment of instrument approach
minimums for IFR. This condition requires that a
NOTAM be filed. Construction activities and
materials/equipment storage near a NAVAID may also
obstruct access to the equipment and instruments for
maintenance. Before commencing construction activity,
parking vehicles, or storing construction equipment and
materials near a NAVAID, consult with the nearest FAA
Airway Facilities Office.
3-11. CONSTRUCTION SITE ACCESS AND
HAUL ROADS.
Determine the construction contractor's access to the
constriction sites and haul roads. Do not permit the
construction contractor to use any access or haul roads
other than those approved. Construction contractors must
submit specific proposed routes associated with
construction activities to the airport operator for
evaluation and approval as part of the safety plan before
beginning construction activities. These proposed routes
must also provide specifications to prevent inadvertent
entry to movement areas. Pay special attention to ensure
that ARFF right of way on access and haul roads is not
impeded at any time and that construction traffic on haul
roads does not interfere with NAVAIDs or approach
surfaces of operational runways.
3-12. CONSTRUCTION MATERIAL
STOCKPILING.
Stockpiled materials and equipment storage are not
permitted within the RSA and OFZ of an operational
runway. The airport operator must ensure that stockpiled
materials and equipment adjacent to these areas are
prominently marked and lighted during hours of restricted
visibility or darkness. This includes determining and
verifying that materials are stored at an approved location
to prevent foreign object damage and attraction of wildlife.
3-13. OTHER LIMITATIONS ON
CONSTRUCTION.
Contractors may not use open -flame welding or torches
unless adequate fire safety precautions are provided and
the airport operator has approved their use. Under no
circumstances should flare pots be used within the AOA
at any time. The use of electrical blasting caps must not
be permitted on or within 1,000 feet (300m) of the airport
property (see AC 150/5370-10, Standards for Spec6ing
Construction of Airports).
11
AC 150/5370-2E
1/17/03
3-14. FOREIGN OBJECT DEBRIS (FOD) not leave or place FOD on or near active aircraft
MANAGEMENT. movement areas. Materials tracked onto these areas must
be continuously removed during the construction project.
Waste and loose materials, commonly referred to as FOD, We also recommend that airport operators and
are capable of causing damage to aircraft landing gears, construction contractors carefully control and
propellers, and jet engines. Construction contractors must continuously remove waste or loose materials that might
attract wildlife.
Section 4. Safety Hazards and Impacts
�5 MNOUIYJ 3 A'A IRSiJ
The situations identified below are potentially hazardous
conditions that may occur during airport construction
projects. Safety area encroachments, unauthorized and
improper ground vehicle operations, and unmarked or
uncovered holes and trenches near aircraft operating
surfaces pose the most prevalent threats to airport
operational safety during airport construction projects.
Airport operators and contractors should consider the
following when performing inspections of construction
activity:
a. Excavation adjacent to runways, taxiways, and
aprons.
b. Mounds of earth, construction materials,
temporary structures, and other obstacles near any open
runway, taxiway, or taxilane; in the related object -free
area and aircraft approach or departure areas/zones; or
obstructing any sign or marking.
c. Runway resurfacing projects resulting in lips
exceeding 3 inches (7.6cm) from pavement edges and
ends.
d. Heavy equipment (stationary or mobile)
operating or idle near AOAs, in runway approaches and
departures areas, or in OFZs.
e. Equipment or material near NAVAIDs that may
degrade or impair radiated signals and/or the monitoring
of navigational and visual aids. Unauthorized or
improper vehicle operations in localizer or glide slope
critical areas, resulting in electronic interference and/or
facility shutdown.
f. Tall and especially relatively low -visibility units
(i.e., equipment with slim profiles) —cranes, drills, and
similar objects —located in critical areas, such as OFZs
and approach zones.
g. Improperly positioned or malfunctioning lights
or unlighted airport hazards, such as holes or excavations,
on any apron, open taxiway, or open taxilane or in a
related safety, approach, or departure area.
h. Obstacles, loose pavement, trash, and other
debris on or near AOAs. Construction debris (gravel,
12
sand, mud, paving materials, etc.) on airport pavements
may result in aircraft propeller, turbine engine, or tire
damage. Also, loose materials may blow about,
potentially causing personal injury or equipment damage.
I. Inappropriate or poorly maintained fencing
during construction intended to deter human and animal
intrusions into the AOA. Fencing and other markings that
are inadequate to separate construction areas from open
AOAs create aviation hazards.
j. Improper or inadequate marking or lighting of
runways (especially thresholds that have been displaced
or runways that have been closed) and taxiways that could
cause pilot confusion and provide a potential for a runway
incursion. Inadequate or improper methods of marking,
barricading, and lighting of temporarily closed portions of
AOAs create aviation hazards.
k. Wildlife attractants —such as trash (food scraps
not collected from construction personnel activity), grass
seeds, or ponded water —on or near airports.
1. Obliterated or faded markings on active
operational areas.
in. Misleading or malfunctioning obstruction lights.
Unlighted or unmarked obstructions in the approach to
any open runway pose aviation hazards.
n. Failure to issue, update, or cancel NOTAMs
about airport or runway closures or other
construction -related airport conditions.
o. Failure to mark and identify utilities or power
cables. Damage to utilities and power cables during
construction activity can result in the loss of
runway/taxiway lighting; loss of navigational, visual, or
approach aids; disruption of weather reporting services;
and/or loss of communications.
p. Restrictions on ARFF access from fire stations to
the runway -taxiway system or airport buildings.
q. Lack of radio communications with construction
vehicles in airport movement areas.
r. Objects, regardless of whether they are marked
or flagged, or activities anywhere on or near an airport
1/17/03
that could be distracting, confusing, or alarming to pilots
during aircraft operations.
s. Water, snow, dirt, debris, or other contaminants
that temporarily obscure or derogate the visibility of
runway/taxiway marking, lighting, and pavement edges.
Any condition or factor that obscures or diminishes the
visibility of areas under construction.
t. Spillage from vehicles (gasoline, diesel fuel, oil,
etc.) on active pavement areas, such as runways,
taxiways, ramps, and airport roadways.
u. Failure to maintain drainage system integrity
during construction (e.g., no temporary drainage provided
when working on a drainage system).
I
AC 150/5370-2E
v. Failure to provide for proper electrical lockout
and tagging procedures. At larger airports with multiple
maintenance shifts/workers, construction contractors
should make provisions for coordinating work on circuits.
w. Failure to control dust. Consider limiting the
amount of area from which the contractor is allowed to
strip turf.
x. Exposed wiring that creates an electrocution or
fire ignition hazard. Identify and secure wiring, and place
it in conduit or bury it.
y. Site burning, which can cause possible
obscuration.
z. Construction work taking place outside of
designated work areas and out of phase.
13
1/17/03
APPENDIX 1. RELATED READING MATERIAL
AC 150/5370-2E
1. Obtain the latest version of the following free h. AC 150/5340-18, Standards for Airport Sign
publications from the FAA on its Web site at Systems. Contains FAA standards for the siting and
http://www.faa.gov/arp/. In addition, these ACs are installation of signs on airport runways and taxiways.
available by contacting the U.S. Department of
Transportation, Subsequent Distribution Office, SVC- i. AC 150/5345-28, Precision Approach Path
121.23, Ardmore East Business Center, 3341 Q 75th Indicator (PAPI) Systems. Contains the FAA standards
Avenue, Landover, MD 20785. for PAPI systems, which provide pilots with visual glide
slope guidance during approach for landing.
a. AC 150/5200-28, Notices to Airmen (NOTAM
for Airport Operators. Provides .guidance for the use of
the NOTAM System in airport reporting.
b. AC 150/5200-30, Airport Winter Safety and
Operations. Provides guidance to airport
owners/operators on the development of an acceptable
airport snow and ice control program and on appropriate
field condition reporting procedures.
c. AC 150/5200-33, Hazardous Wildlife Attractants
On or Near Airports. Provides guidance on locating
certain land uses having the potential to attract hazardous
wildlife to public -use airports.
d. AC 150/5210-5, Painting, Marking, and Lighting
of Vehicles Used on an Airport. Provides guidance,
specifications, and standards for painting, marking, and
lighting vehicles operating in the airport air operations
areas.
e. AC 150/5220-4, Water Supply Systems for
Aircraft Fire and Rescue Protection. Provides guidance
for the selection of a water source and standards for the
design of a distribution system to support aircraft rescue
and fire fighting service operations on airports.
L AC 150/5340-1, Standards for Airport Markings.
Contains FAA standards for markings used on airport
runways, taxiways, and aprons.
g. AC 150/5340-14B, Economy Approach Lighting
Aids. Describes standards for the design, selection, siting,
and maintenance of economy approach lighting aids.
j. AC 150/5380-5, Debris Hazards at Civil
Airports. Discusses problems at airports, gives
information on foreign objects, and explains how to
eliminate such objects from operational areas.
k. AC 70/7460-2, Proposed Construction or
Alteration of Objects that May Affect the Navigable
Airspace. Provides information to persons proposing to
erect or alter an object that may affect navigable airspace
and explains the need to notify the FAA before
construction begins and the FAA's response to those
notices, as required by 14 CFR part 77.
2. Obtain copies of the following publications from the
Superintendent of Documents, U.S. Government Printing
Office, Washington, DC 20402. Send a check or money
order made payable to the Superintendent of Documents
in the amount stated with your request. The Government
Printing Office does not accept C.O.D. orders. In
addition, the FAA makes these ACs available at no charge
on the Web site at http:Uwww.faa.gov/arp/.
a. AC 15015300-13, Airport Design. Contains
FAA standards and recommendations for airport design,
establishes approach visibility minimums as an airport
design parameter, and contains the object -free area and
the obstacle free -zone criteria. ($26. Supt. Docs.)
SN050-007-01208-0.
b. AC 150/5370-10, Standards for Specifying
Construction of Airports. Provides standards for
construction of airports. Items covered include
earthwork, drainage, paving, turfing, lighting, and
incidental construction. ($18. Supt. Docs.) SN050-007-
0821-0.
A-1_
�v
AC 150/5370-2E
APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC
1. AIR OPERATIONS AREA (AOA). Any area of
the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft. An air
operations area includes such paved or unpaved areas that
are used or intended to be used for the unobstructed
movement of aircraft in addition to its associated
runways, taxiways, or aprons.
2. CONSTRUCTION. The presence and movement of
construction -related personnel, equipment, and materials
in any location that could infringe upon the movement of
aircraft.
3. CERTIFICATED AIRPORT. An airport that has
been issued an Airport Operating Certificate by the FAA
under the authority of 14 CFR part 139, Certification and
Operation: Land Airports Serving Certain Air Carriers, or
its subsequent revisions.
4. FAA FORM 7460-1, NOTICE OF PROPOSED
CONSTRUCTION OR ALTERATION. The form
submitted to the FAA Regional Air Traffic or Airports
Division Office as formal written notification of any kind
of construction or alteration of objects that affect
navigable airspace, as defined in 14 CFR part 77, Objects
Affecting Navigable Airspace (see AC 70/7460-2,
Proposed Construction or Alteration of Objects that May
Affect the Navigable Airspace, found at
http://www.faa.gov/arp/).
5. FAA FORM 7480-1, NOTICE OF LANDING
AREA PROPOSAL. Form submitted to the FAA
Airports Regional Division Office or Airports District
Office as formal written notification whenever a project
without an airport layout plan on file with the FAA
involves the construction of a new airport; the
construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport (found at http://www.faa.gov/arp/).
6. MOVEMENT AREA. The runways, taxiways, and
other areas of an airport that are used for taxiing or hover
taxiing, air taxiing, takeoff, and landing of aircraft,
exclusive of loading ramps and aircraft parking areas
(reference 14 CFR part 139).
7. OBSTRUCTION. Any objectlobstacle exceeding
the obstruction standards specified by 14 CFR part 77,
subpart C.
A-2
1/17/03
8. OBJECT -FREE AREA (OFA). An area on the
ground centered on the runway, taxiway, or taxilane
centerline provided to enhance safety of aircraft
operations by having the area free of objects except for
those objects that need to be located in the OFA for air
navigation or aircraft ground maneuvering purposes (see
AC 150/5300-13, Airport Design, for additional guidance
on OFA standards and wingtip clearance criteria).
9. OBSTACLE -FREE ZONE (OFZ). The airspace
below 150 feet (45m) above the established airport
elevation and along the runway and extended runway
centerline that is required to be clear of all objects, except
for frangible visual NAVAIDs that need to be located in
the OFZ because of their function, in order to provide
clearance protection for aircraft landing or taking off from
the runway and for missed approaches (refer to AC
150/5300-13 for guidance on OFZs).
10. RUNWAY SAFETY AREA (RSA). A defined
surface surrounding the runway prepared or suitable for
reducing the risk of damage to airplanes in the event of an
undershoot, overshoot, or excursion from the runway, in
accordance with AC 150/5300-13.
11. TAXIWAY SAFETY AREA. A defined surface
alongside the taxiway prepared or suitable for reducing
the risk of damage to an airplane unintentionally
departing the taxiway, in accordance with AC 150/5300-
13.
12. THRESHOLD. The beginning of that portion of the
runway available for landing. In some instances, the
landing threshold may be displaced.
13. DISPLACED THRESHOLD. The portion of
pavement behind a displaced threshold that may be
available for takeoffs in either direction or landing from
the opposite direction.
14. VISUAL GLIDE SLOPE INDICATOR (VGSI).
This device provides a visual glide slope indicator to
landing pilots. These systems include precision approach
path indicators (PAPIs), visual approach slope indicators
(VASIs), and pulse light approach slope indicators
(PLASIs).
1/17/03 AC 150/5370-2E
APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE
Aviation Safety Requirements During Construction
PURPOSE. This appendix provides airport operators
with boilerplate format and language for developing a
safety plan for an airport construction project. Adapt this
appendix, as applicable, to speck conditions found on
the airport for which the plan is being developed.
Consider including a copy of this safety plan in the
construction drawings for easy access by contractor
personnel. Plans should contain the following:
1. GENERAL SAFETY REQUIREMENTS.
Throughout the construction project, the following safety
and operational practices should be observed:
• Operational safety should be a standing agenda
item during progress meetings throughout the
construction project.
• The contractor and airport operator must perform
onsite inspections throughout the project, with
immediate remedy of any deficiencies, whether
caused by negligence, oversight, or project scope
change.
• Airport runways and taxiways should remain in
use by aircraft to the maximum extent possible.
• Aircraft use of areas near the contractor's work
should be controlled to minimize disturbance to
the contractor's operation.
• Contractor, subcontractor, and supplier
employees or any unauthorized persons must be
restricted from entering an airport area that
would be hazardous.
• Construction that is within the safety area of an
active runway, taxiway, or apron that is
performed under normal operational conditions
must be performed when the runway, taxiway, or
apron is closed or use -restricted and initiated
only with prior permission from the airport
operator.
• The contracting officer, airport operator, or other
designated airport representative may order the
contractor to suspend operations; move
personnel, equipment, and materials to a safe
location; and stand by until aircraft use is
completed.
2. CONSTRUCTION MAINTENANCE AND
FACILITIES MAINTENANCE.
Before beginning any construction activity, the contractor
must, through the airport operator, give notice [using the
Notice to Airmen (NOTAM) System] of proposed
location, time, and date of commencement of
construction. Upon completion of work and return of all
such areas to standard conditions, the contractor must,
through the airport operator, verify the cancellation of all
notices issued via the NOTAM System. Throughout the
duration of the construction project, the contractor must
a. Be aware of and understand the safety problems
and hazards described in AC 150/5370-2, Operational
Safety on Airports During Construction.
b. Conduct activities so as not to violate any safety
standards contained in AC 150/5370-2 or any of the
references therein.
c. Inspect all construction and storage areas as
often as necessary to be aware of conditions.
d. Promptly take all actions necessary to prevent or
remedy any unsafe or potentially unsafe conditions as
soon as they are discovered.
3. APPROACH CLEARANCE TO RUNWAYS.
Runway thresholds must provide an unobstructed
approach surface over equipment and materials. (Refer to
Appendix 2 in AC 150/5300-13, Airport Design, for
guidance in this area.)
4. RUNWAY AND TAXIWAY SAFETY AREA
(RSA AND TSA).
Limit construction to outside of the approved RSA, as
shown on the approved airport layout plan —unless the
runway is closed or restricted to aircraft operations,
requiring a lesser standard RSA that is equal to the RSA
available during construction (see AC 150/5370-2 for
exceptions). Construction activity within the TSA is
permissible when the taxiway is open to aircraft traffic if
adequate wingtip clearance exists between the aircraft and
equipment/material; evacuations, trenches, or other
conditions are conspicuously marked and lighted; and
local NOTAMs are in effect for the activity (see AC
150/5300-13 for wingtip clearance requirements). The
NOTAM should state that, "personnel and equipment are
working adjacent to Taxiway "
a. Procedures for protecting runway edges.
• Limit construction to no closer than 200 feet
(60m) from the runway centerline —unless
the runway is closed or restricted to aircraft
operations, requiring a lesser standard RSA
A-3 _
AC 150/5370-2E
1/17/03
that is equal to the RSA available during • Coordinate construction activity with the
construction. Airport Traffic Control Tower (ATCT) and
• Prevent personnel, material, and/or FAA Regional Airports Division Office or
equipment, as defined in AC 150/5300-13, Airports District Office, and through the
Paragraph 306, "Obstacle Free Zone airport operator, issue an appropriate
(OFZ)," from penetrating the OFZ. NOTAM.
Complete the following chart to determine the area that must be protected along the runway edges:
Runway
Aircraft Approach
Category*
A,B,C,orD
Airplane
Design Group*
I,11,III,orIV
RSA Width in Feet Divided by 2*
*See AC 150/5300-13, Airport Design, to complete the chart for a specific runway.
b. Procedures for protecting runway ends.
• Maintain the RSA from the runway
threshold to a point at least the distance from
the runway threshold as existed before
construction activity —unless the runway is
closed or restricted to aircraft operations,
t ' requiring an RSA that is equal to the RSA
length available during construction in
accordance with AC 150/5300-13. This
may involve the use of declared distances
and partial runway closures (see AC
150/5370-2 for exceptions).
• Ensure all personnel, materials, and/or
equipment are clear of the applicable
threshold siting criteria surface, as defined
in Appendix 2, "Threshold Siting
Requirements," of AC 150/5300-13.
A-4
• Prevent personnel, material, and/or equipment,
as defined in AC 150/5300-13, from penetrating
the obstacle -free zone.
• Ensure adequate distance for blast protection is
provided, as needed.
• Coordinate construction activity with the ATCT
and FAA Regional Airports Division Office or
Airports District Office, and through the airport
operator, issue an appropriate NOTAM.
• Provide a drawing showing the profile of the
appropriate surfaces of each runway end where
construction will take place. Where operations
by turbojet aircraft are anticipated, review
takeoff procedures and jet blast characteristics of
aircraft and incorporate safety measures for
construction workers in the contract documents.
i'
1
1/17/03
AC 150/5370-2E
B
Complete the following chart to determine the area that must be protected before the runway threshold.•
Runway End
Airplane
Aircraft
Minimum Safety Area
Minimum Unobstructed
Number
Design Group*
Approach
Prior to the Threshold*
Approach Slope
Category*
I, II, III, or IV
A, B, C, or D
FEET
: I to (threshold)
FEET
: I to (threshold)
FEET
: I to (threshold)
FEET
: 1 to (threshold)
*See AC 150/5300-13, Airport Design, to complete the chart for a specific runway.
5. MARKING AND LIGHTING FOR the airport operator/contractor, as specified in the
TEMPORARY THRESHOLDS. contract, and will be depicted on the plans.
Marking and lighting for a temporary threshold is /is
not required. The airport owner or contractor, as
specified in the contract, will furnish and maintain
markings for temporary thresholds. Precision approach
path indicators (PAPIs) or runway end identification
lights (REIL) are /are not required. The airport
owner or contractor, as specified in the contract, will
furnish and install all temporary lighting. Include
appropriate items per AC 150/5370-2, Chapter 3, "Safety
Standards and Guidelines." If marking and lighting for
the temporary threshold is not required, delete this
section of the safety plan. If visual aids and/or markings
are necessary, provide details. (Include applicable 14
CFR part 77 surfaces in the contract documents.)
6. CLOSED RUNWAY MARKINGS AND
LIGHTING.
The following must be specified for closed runways.
Closed runway marking are /are not required.
Closed runway markings will be as shown on the
plans /as furnished by the airport
owner_/other (specify). Barricades, flagging,
and flashers are /are not required at Taxiway
and Runway and will be supplied by the airport
/other (specify).
7. HAZARDOUS AREA MARKING AND
LIGHTING.
Hazardous areas on the movement area will be marked
with barricades, traffic cones, flags, or flashers (specify).
These markings restrict access and make hazards obvious
to aircraft, personnel, and vehicles. During periods of low
visibility and at night, identify hazardous areas with red
flashing or steady -burning lights (specify). The
hazardous area marking and lighting will be supplied by
8. TEMPORARY LIGHTING AND MARKING.
Airport markings, lighting, and/or signs will be altered in
the following manner (specify) during the period from
to . The alterations are depicted on the
plans.
9. VEHICLE OPERATION MARKING AND
CONTROL.
Include the following provisions in the construction
contract, and address them in the safety plans:
When any vehicle, other than one that has prior
approval from the airport operator, must travel over any
portion of an aircraft movement area, it will be escorted
and properly identified. To operate in those areas during
daylight hours, the vehicle must have a flag or beacon
attached to it. Any vehicle operating on the movement
areas during hours of darkness or reduced visibility must
be equipped with a flashing dome -type light, the color of
which is in accordance with local or state codes.
b. It may be desirable to clearly identify the
vehicles for control purposes by either assigned initials or
numbers that are prominently displayed on each side of
the vehicle. The identification symbols should be at
minimum 8-inch (20-cm) block -type characters of a
contrasting color and easy to read. They may be applied
either by using tape or a water-soluble paint to facilitate
removal. Magnetic signs are also acceptable. In addition,
vehicles must display identification media, as specified in
the approved security plan. ('Phis section should be
revised to conform to the airport operator's
requirements.)
AC 150/5370-2E
c. Employee parking shall be
(specify
location), as designated by the airport manager /
project engineer /other (specify).
d. Access to the job site shall be via
(specify route), as shown on the plans /designated
by the engineer /designated by the
superintendent /designated by the airport
manager /other (specify).
e. At 14 CFR part 139 certificated and towered
airports, all vehicle operators having access to the
movement area must be familiar with airport procedures
for the operation of ground vehicles and the consequences
of noncompliance.
E If the airport is certificated and/or has a security
plan, the airport operator should check for guidance on
the additional identification and control of construction
equipment.
x
10. NAVIGATIONAL AIDS.
The contractor must not conduct any construction activity
within navigational aid restricted areas without prior
approval from the local FAA Airway Facilities sector
representative. Navigational aids include instrument
landing system components and very high -frequency
omnidirectional range, airport surveillance radar. Such
restricted areas are depicted on construction plans.
11. LIMITATIONS ON CONSTRUCTION.
Additional limitations on construction include —
a. Prohibiting open -flame welding or torch cutting
operations unless adequate fire safety precautions are
provided and these operations have been authorized by
the airport operator (as tailored to conform to local
requirements and restrictions).
4 A-6
1/17/03
b. Prominently marking open trenches, excavations,
and stockpiled materials at the construction and lighting
these obstacles during hours of restricted visibility and
darkness.
c. Marking and lighting closed, deceptive, and
hazardous areas on airports, as appropriate.
d. Constraining stockpiled material to prevent its
movement as a result of the maximum anticipated aircraft
blast and forecast wind conditions.
12. RADIO COMMUNICATIONS.
Vehicular traffic located in or crossing an active
movement area must have a working two-way radio in
contact with the control tower or be escorted by a person
in radio contact with the tower. The driver, through
personal observation, should confirm that no aircraft is
approaching the vehicle position. Construction personnel
may operate in a movement area without two-way radio
communication provided a NOTAM is issued closing the
area and the area is properly marked to prevent
incursions. Two-way radio communications are /are
not required between contractors and the Airport
Traffic Control Tower /FAA Flight Service
Station /Airport Aeronautical Advisory Stations
(UNICOM/CTAF) . Radio contact is /is
not required between the hours of _and
Continuous monitoring is required /or is required
only when equipment movement is necessary in certain
areas . ('This section may be tailored to suit the
speck vehicle and safety requirements of the airport
sponsor.)
13. DEBRIS.
Waste and loose material must not be placed in active
movement areas. Materials tracked onto these areas must
be removed continuously during the work project.
1/17/03
FAA NOTAM #
AIRPORT I.D. #
NOTAM TEXT:
NOTIFICATON:
####TOWER
PHONE #
####FSS
CANCELLED:
NOTIFICATON:
####TOWER
PHONE #
####FSS
APPENDIX 4. SAMPLE NOTAM
AIRPORT
DATE: _
TIME:
INITIALS
AIRLINES
INITIALS TIME
AIRLINES
CALLED IN BY
AC 150/5370-2E
A-7
r'.77", C777'777 ".77 77 777� 77�
LUBBOCK WATER UTILITIES
EASTPORT WATER SYSTEM IMPROVEMENTS
MAYOR
TOM MARTIN
CITY COUNCIL
LINDA DeLEON, FLOYD PRICE, TODD KLEIN,
PAUL BEANE, JOHN LEONARD, JIM GILBREATH
CITY MANAGER
LEE ANN DUMBAULD
DIRECTOR OF PUBLIC WORKS
TOM ADAMS
CHIEF ENGINEER
WOOD FRANKLIN, P.E.
August 2008
[__' [ - ` ~--- ,--- �--� --- ,--- r -- � � � r---, r~-- r-`-- �--^ �--� �--� ---- �--� ---� ---�
m 3i�?Si§9=355F4Fi.F€#==; �Sst:
4
�
�gA
R
, i P - _ ...
EASTPORT WATER
SYSTEMS IMPROVEMENTS
PAVING DETAILS
;89M88 �!
z
J.O. 108043
C.I.P. 91082
DESIGNED BY: ZF
DRAWN BY: JL
CHECKED BY SKS
SCALE: 1"-100' DATE:08/08
89
�a
4
Yet
IMP
o
flop �
v
�� �.,�
.� ..,. m--,. r
_�..,� � 6
L-J, C: �.- i
f
�7� r7"77
0
f' prtLEi x. J.. [LG. f' rla. WTEx ILL 1.
OI .ICxOR RE IOTIMUI °� °.IC .y Wlx pl
.nx ..a.. WJ. v,Lrc Ilex. mo as v1R
NEWT FIREF HYDRANT INSTALLATION61
l� Lib ITUT riEn1°�K 10 EaM 6 �RRILL fE
SIO[ 6iUi ILInO' [.WI
.RA .IaLIK
I
jjyyLCROSSIE 15% i1NGX G u1NGr TIt IT CROSSING
$$ING
4Y+
Jw`'+�9"
a ,moa.+l v,wfT., v ,wxw ` i4• RR Ix ,KKx
ran curucrz .clo.E x.atNrl\ ` "'yam' �La".RY,o�h;ll" •w ' `S'»w"�dt'�Cm'ip1.K`rb 1€T.°ri� � a. 30�.`
'y'r IT�10 i{ I Tw clx ��, • WATER LINE CROSSING
rmuL w.wo wu .+mwu n
< nr c .. UNDEREWER PIPE
��
)Y
r.mu.•� vowwrl ®I.o
ASPHALT PAVEMENT CUT REPAIRS»1O1
TE R0.x ..... rIOT TO xuL ONE -
PULL. REMOVE AND SALVAGE FIRE HYDRANTS t
xm Ta uuc
p1N TYP ECAL UTILITY CROSSING
L,IGETE —1 ALCGt
rp1�i.Qitw Cx CC.E¢lf TMIbT ffK •�• t/3'/'B' '�`
WIIILSS� cl°E �y� Aml�
—1iWNfi ".
ANCHORAGE FOR PLUG CUT 6 PLUG ANCHORAGE fOR 90• BEND ANCHORAGE FOR 45' BEND ANCHORAGE FOR CROSS
IGi TO °CUE x0f 1G fCUE Mi TO —1 MOT TO M&E NOT TO f
NOjTESi �� L
VALVE BOX DETAIL
_ m sEZt
ClKIET1 STREET & ALLEY
E.,nIER .la
Cp<ING FNO SEALS:
—TE fLOt. CUt11ER T BLCCF
PIPELINE ENCASEMENT DETAIL
� d r , m Wor ro uxc
. u
ANCHORAGE FOR TEE ANCHORfOR T w/ P
xCT ro —1 MOT TO SOLE
m
O
Co
O
W
E
I Tn d
N xA
J V)
Cr) CV }
d mImm
OmW w—
�mzz
�3IU4a
OaGm]ZxV
U0=00,3
/BfLOiDiE
n�
+ u1 x. 8AS "+ BgNT TAu GOEPix 8�4ciED
Di ASliO
NOTE:
ADAuSi SLOM .Rpw ,/+ PfR fT wixlwn i0 ixE SAOPE Of Tx[ 510E Si.E[i.
CONCRETE VALLEY GUTTER
1o0EF0 AOI xTS P 9'-D' Ox
45 ixpI GATED W DR4v IxD
,.A
pR DxG vl Sivi�S
DINSxED cx ry i5®�
SUB xiOE x
NOTES-
1 PROVIDE 1/2" PREMDL DEO JOINT FILLER IFULL DEPTH)
AROUND
T ALL UTEILITY POLES. METER BOXES. BUILDING
FOUNDA2 PROVIDE EXPANSION JOINTS AT 30' MAX SPACING. TYP.
CONCRETE SIDEWALK
NOT TO SCALE
71PICAL Lot
poll ITY
PDLt
+ A ifE EPnd� CABLE ERv1 DE
.�—•I\ unlx V + it
._It. ELECTRIC
CABI[ —tR
IN
,ow x w1'ib'�RwP
DESIGNATED LOCATIONS FOR UTILITIES IN ALLEYS
eIIL@mLAl1 Fen•' �x
.. rwE a�ru�aL�� .i.Exci� xo xrcPUL w1«4wlx. a b4rc
TRENCH BACKFILL REOUIREMENTS ON
UNPAVED STREETS AND ALLEYS
WITHIN THE RIGHT-OF-WAY
nor to S-E
m
_.._____--______--- .
GRADE CONTROL - GO
O
1R i/4 AY DOWN Go
IN x ca
a4 BARS Lw C)
�. Co 02CD
r
u4 m24"/ pOW�Q�
_ mmzzw�
xw
s' 6' C) �3CJa
C5-wax,)
6^ 1• 6" tiCJ ci Ll U En
GRADE CONTROL ._
Rat 1/2"
SPILL
RN 1/2"
E
+ z
a4 BARS w w
EjQ6 �
�4 m24" �OW
CL CO
aO
� 2
6
R "+1 /9"---_--GRADECONTROL WE-
-- R� i/2"
r
CATCH
Rai 1/2"
a-0 BARS
\ m 24"
3" 6"
0 �C
GENERAL NOTES:
;iw§' .iPb";b• L .. xT.A.AE. AT I.Tx.—I
CONCRETE CURB AND GUTTER o
a it
NOT TO SCALE
PAGE 5 of 5
3-D-984
12