HomeMy WebLinkAboutResolution - 2010-R0365 - Unit Price Contract For Water_Sanitary Improvements - Deerwood Constructiona - 08_12_2010Resolution No. 2010—RO365
August 12, 2010
Item No. 5.22
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Unit Price Contract No. 9591 for
municipal water and sanitary improvements for Lubbock Animal Shelter, per ITB 10-
097-FO, by and between the City of Lubbock and Deerwood Construction, Inc., and
related documents. Said Contract is attached hereto and incorporated in this resolution as
if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on August 12, 2010
TOM MARTIN, MAYOR
ATTEST:
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
A 4 J //'I
Marsha Reed, P.E., Chief Operations Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs;`RES.Contract-Deerwood Construction, Inc.
July 29, 2010
n,. zOIo-i0365
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Municipal Water and Sanitary Sewer Improvements
for Lubbock Animal Shelter
ITB 10-097-FO
CONTRACT 9591
PROJECT NUMBER: 92223 & 92224
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompany.com
of
lubbock'
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
ITB # 10-097-FO, Addendum 81
City of Lubbock
PURCHASING & CONTRACT
MANAGEMENT DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
1625 13T11 STREET
LUBBOCK, TEXAS 7§401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM #1
ITB #10-097-FO
Municipal Water and Sanitary Sewer
Improvements for Lubbock Animal
Shelter
June 3, 2010
June 15, 2010 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid. Where
any item called for in the ITB documents is supplemented here, the original requirements, not affected
by this addendum, shall remain in effect. Bidders attention is invite to review the following:
1. Plans for Municipal Water Distribution Plan (Sheet W-1) have been updated.
• Strike the first sentence under the General Notes on Sheet W-1 of the Plans:
"All wet -ties to existing water lines will be performed by the City of Lubbock.
Contractor is responsible for coordinating work with the City of Lubbock"
• Replace with the following sentence:
"All wet -ties to existing water lines shall be performed by the contractor under director
supervision of City of Lubbock Inspection Staff. Contractor shall notify the City of
Lubbock Water Engineering Department prior to performing any wet -tie for inspection
of work performed."
2. Bidders must submit the "REVISED" BID SUBMITTAL FORM.
3. General Instructions to Bidders, Section 32.1 have been revised.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item
on a bid, and to waive immaterial formalities and to accept the offer most advantageous
to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City
shall award the bid based on the total bid for Bid Items W 1 through W 12 and S1 through
S 12 plus the sum of any Alternate Bids or Options the City may select.
All requests for additional information or clarification must be submitted in writing and directed to:
Felix Orta, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to fort a(cimylubbock.us
10-097-FOAddend i .doc
ITB # 10-097-FO, Addendum #2
City of Lubbock
PURCHASING & CONTRACT
MANAGEMENT DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM #2
ITB #10-097-FO
Municipal Water and Sanitary Sewer
Improvements for Lubbock Animal
Shelter
June 4, 2010
June 15, 2010 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid. Where
any item called for in the ITB documents is supplemented here, the original requirements, not affected
by this addendum, shall remain in effect.. Bidders attention is invite to review the following:
l . Bidders must submit the "REVISED" BID SUBMITTAL FORM.
2. General Instructions to Bidders, Section 32.1 have been revised.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item
on a bid, and to waive immaterial formalities and to accept the offer most advantageous
to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City
shall award the bid based on the total bid for Bid Items W 1 through W 12 and S 1 through
S 14 plus the sum of any Alternate Bids or Options the City may select.
All requests for additional information or clarification must be submitted in writing and directed to:
Felix Orta, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to forta( mylubbock.us
THANK YOU,
�eBix dzta
Felix Orta
Senior Buyer
City of Lubbock
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the bidder's
responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations
thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be
submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid
close date. A review of such notifications will be made.
10-097-FOAddend2.doc
ITB #10-097-FO, Addendum #3
City of Lubbock
PURCHASING & CONTRACT
MANAGEMENT DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM #3
ITB #10-097-FO
Municipal Water and Sanitary Sewer
Improvements for Lubbock Animal
Shelter
June 11, 2010
June 15, 2010 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid. Where
any item called for in the ITB documents is supplemented here, the original requirements, not affected
by this addendum, shall remain in effect. Bidders attention is invite to review the following:
Q: Would you consider extending the 90 calendar days of completion?
A: The completion for the project will remain as specified 90 days for completion from Notice to
Proceed.
All requests for additional information or clarification must be submitted in writing and directed to:
Felix Orta, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to fortgO-mylubbock.us
THANK YOU,
;7e&x OoW4
Felix Orta
Senior Buyer
City of Lubbock
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the bidder's
responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations
thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be
submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid
close date. A review of such notifications will be made.
10-097-FOAddendldoc
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Municipal Water and Sanitary Sewer Improvements
for Lubbock Animal Shelter
ITB 10-097-FO
CONTRACT 9591
PROJECT NUMBER: 92223 & 92224
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompany.com
ly of
lub ock
t
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
0
Contractor Checklist
Before submitting your bid, please ensure you have completed and included the following documents in the
order they are listed. The contractor is only to submit (I) one original copy of every item listed.
wl_� Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the --said work within the time
stated and for the prices stated below. In case of a discrepancy between the Unit Price and the
Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and
Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID
number or Owner's SOCIAL SECURITY number.
2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. 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.
4. Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
6. ✓ Complete and sign the 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 Bid.
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 LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED
NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
o�eawoo
��-
(Type or Print Company Name)
2
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL— (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-3. SAFETY RECORD QUESTIONNAIRE
3-4. SUSPENSION AND DEBARMENT CERTIFICATION
4. LIST OF SUB -CONTRACTORS
5. PAYMENT BOND
6. PERFORMANCE BOND
7. CERTIFICATE OF INSURANCE
8. CONTRACT
9. GENERAL CONDITIONS OF THE AGREEMENT
10. DAVIS BACON WAGE DETERMINATIONS
11. SPECIAL CONDITIONS (IF APPLICABLE)
12. SPECIFICATIONS
c
NOTICE TO BIDDERS
ITB 10-097-FO
Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received
in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204,
Lubbock, Texas, 79401,- until -2:00 P.M. on June 15 2010 or as changed by the issuance of formal addenda
to all planholders, to furnish all labor and materials and perform all work for the construction of the
following described project:
Municipal Water and Sanitary Sewer Improvements for Lubbock Animal Shelter
After the expiration of the time and date above first written, said sealed bids will be opened in the City
Hall, Council Chambers and publicly read aloud. It is the sole responsibility of the bidder to ensure that
his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock,
before the expiration of the date above first written.
Bids are due at 2:00-P.M. on June 15, 2010 and the City of Lubbock City Council will consider the
bids on July 8, 2010 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be
reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful
bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code,
in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and
the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of
"A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND
MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract
to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL
SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF
THE BID SUBMITTAL.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that all
such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There
' will be a non -mandatory pre -bid conference on June 8, 2010 at 10:00 A.M. in the City Hall, Council
Chambers, 1625-13`h Street, Lubbock, Texas.
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
,. Avenue Q. Lubbock, Texas 79405 or at www.thereproductioncompanom. ONE SET OF PLANS AND
SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if
documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets
of plans and specifications may be obtained at the bidder's expense.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the- Purchasing -and -Contract-Managem-ent
Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each
bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and
the requirements contained therein concerning the above wage scale and payment by the contractor of the
prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid
meetings and bid openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Alaarta ACvarez
PURCHASING AND CONTRACT MANAGEMENT OFFICE
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY, TIME-& DATE
1-.1 The City of -Lubbock is seeking written and sealed competitive bids to furnish Municipal Water and
Sanitary Sewer Improvements for Lubbock Animal Shelter per the attached specifications and
contract documents. Sealed bids will be received no later than 2:00 P.M. on June 15, 2010 at the
office listed below. Any bid received after the date and hour specified will be rejected and returned
unopened to the bidder. Each bid and -supporting documentation-must-be--in-a -sealed envelope or
container plainly labeled in the lower left-hand corner: "ITB 10-097-FO, Municipal Water and
Sanitary Sewer Improvements for Lubbock Animal Shelter " and the bid opening date and time.
Bidders must also include their company name and address on the outside of the envelope or container.
Bids must be addressed to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 lath Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management
Office. Mailing of a bid does not ensure -that the bid will be delivered on time or delivered at all. If bidder
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private_ courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid
meeting will be held at June 8, 2010 at 10:00 A.M. in the City Hall. Council Chambers. 1625-13th
Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the
prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at www.bidsync.com. We strongly suggest that you -check -for any addenda a- minimum -of
forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing and Contract Management Office. At the request of
the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be
substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract
Management Office. Such addenda issued by the Purchasing and Contract Management Office will be
available over the Internet at www.bidsviic.com and will become part of the bid package having the same
binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the
request must be submitted in writing and must be received by the City of Lubbock Purchasing and
Contract Management Office no later than five (5) calendar days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
i_.;
at
supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB
should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt
of this ITB-with any individuals, employees, or representatives of the City and any information that may
have been read in any news media or seen or heard in any communication facility... regarding this bid
should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Purchasing and Contract Management Office and a clarification obtained before the
bids are received, and if no such notice is received by the Purchasing and Contract Management
Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the
work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If bidder does not notify Purchasing and Contract
Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all
purposes that the plans and specifications are sufficient and adequate for completion of the project.
It is further agreed that any request for clarification must be submitted no later than five (5)
calendar days prior to the bid closing date.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
' 9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9:2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
ry. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
I 1 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasine and Contract Management Office if anv lan2ua2e.
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the
City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before
the bid closing date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Felix Orta, Senior Buyer
City of Lubbock
Purchasing and Contract Management
1625 I P Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: forta@mylubbock.us
Bidsync: www.bidsvnc.com
13
14
15
16
17
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 90
(NINETY) CALENDER DAYS from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final
execute an affidavit that all bills for labor, material
improvements contemplated by the contract document
pending, of which the Contractor has been notified.
MATERIALS AND WORKMANSHIP
s
s
acceptance of this project to require the Contractor to
and incidentals incurred in the construction of the
have been paid in full and that there are no claims
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.
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 construction will only be
furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to
suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the
Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
t shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades,
signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
]0
a
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) inproximityto the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN
THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE
CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE
ENGINEER 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 THE ADDITIONAL INSURED ENDORSEMENT
SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258,
Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the
bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in the contract documents does not release the Contractor from compliance with any wage law that
may be applicable. Construction work under the contract requiring an inspector shall not be performed on
weekends or holidays unless the following conditions exist:
IF
_ I---
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
t! 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or
holiday he desires to do work and obtain written permission from the Owner's Representative to do such
work. The final decision on whether to allow construction work requiring an inspector on Sunday or
holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor or
subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents of
the City. The Contractor must classify employees according to one of the classifications set forth in the
schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth
in the schedule of general prevailing rate of per diem wages included in these contract documents
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be
correctly filled in, stating the price in numerals for which he intends to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten.
In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be
taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid
price.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
€ __ 12
31
29.3.1 Bidder's name
29.3.2 Bid for 10-09740,-Municipal Water and Sanitary Sewer Improvements for Lubbock
Animal Shelter
29.4 Bidsubmittalsmay be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been
opened -may not -be -changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING. '
BOUND COPY OF CONTRACT DOCUMENTS V
Bidder _understands and agrees that the contract to be executed by bidder shall be bound and will include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
(QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock allinformationfor this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(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
z
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.
G�
13
j�
�_j
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any orallbids, reject any particular item on a bid, andto
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items W 1 through W 10 and S 1 through S 12 plus the sum of any Alternate Bids or Options the City may
select.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case -of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase -order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
33 ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK
CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF
LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED
INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. The 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 ITB
process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and
materials at the lowest practicable price, for the best interests and benefit of the taxpayers and
property owners. Violation of this provision may result in rejection of the bidder's proposal.
34 PREVAILING WAGE RATES
34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
14
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project
34.2 A worker employed on-a_public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
l
34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to r
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:
http//www.gpo.gov/davisbacon/alistates.ii tm I
34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $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.
15
I
BID SUBMITTAL FORM
ITB #10-097-FO, Addendum,,
REVISED -BID SUBMITTAL FORM
/ UNIT PRICE BID CONTRACT
aD
( DATE: 1(�
PROJECT NUMBER: ITB 10-097-FO Municipal Water and Sanitary Sewer Improvements for Lubbock
Animal Shelter
Bid of (hereinafter called
Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of Municipal Water and Sanitary
Sewer Improvements for Lubbock Animal Shelter, having carefully examined the plans, specifications,
instructions to bidders, notice to bidders and all other related contract documents and the site of the intended
work, and being familiar with all of the conditions surrounding the construction of the intended project
including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and
to construct the project in accordance with the plans, specifications and contract documents, within the time set
forth therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work' within the time stated and for the prices
stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices
stated below.
ITEM
DESCRIPTION
QTY
U/M
UNIT
EXTENDED
(More
COST
COST
or
Less
WATER
DISTRIBUTION (ITEMS WI-W12)
W L
6" C-900 PVC Class 150 water pipe, including
100
LF
$
all necessary accessories, furnished and installed,
complete and in place, per linear foot.
W2.
8" C-900 PVC Class 150 water pipe, including
1,371
LF
all necessary accessories, furnished and installed,
complete and in place, per linear foot.
W3.
Approved 6" gate valve and valve box, including
2
EA
$oZUi
$ , l�U,
all necessary accessories, furnished and installed,
complete and in place, per each.
$ ��
W4.
Approved 8" gate valve and valve box, including
4
EA
�/�
all necessary accessories, furnished and installed,
ku
`7
complete and in place, per each.
10-097-FOAddend2.doc
ITB #I0-097-FO, Addendum #2
W5.
Approved 16" x 8" tapping sleeve, 8" tapping
1
EA
$
3� 7
valve and valve box, including all necessary
accessories, furnished and installed, complete and
in place, per each.
W6.
Approved 36" x 8" tapping sleeve, 8" tapping
1
EA
$ `(5��06
�P
$ G'
J
valve and valve box, including all necessary
accessories, furnished and installed, complete and
in place, per each.
W7.
Approved valve box for tapping valve, including
2
EA
$ $Q
$
all necessary accessories, furnished and installed,
106
i
complete and in place, per each.
W 8.
Approved standard fire hydrant for 6" main
connection, including all necessary accessories,�Q'
2
EA
$ O�
$
furnished and installed, complete and in place,
per each.
W9.
Approved cast or ductile iron water line fittings,
580
LB
$ 3 3
$ r/ 7 '
including all necessary accessories, furnished and
installed, complete and in place, per pound.
W 10.
Approved corporation stop and copper tubing for
2
EA
$
$
water line testing and tapping, including all
necessary accessories, excavation, and
backfilling, furnished and installed, complete and
in place, per each.
W 11.
Wet tie 8" Class 150 C-905 with tapping valve to
1
EA
$ lr d d cd
$ O v
�i
existing 16" C-150 (Sta. 0+00 Line W-1),
furnished and installed, complete and in place.
W 12.
Wet tie 8" Class 150 C-905 PVC with tapping
1
EA
$ a 6
$
l e d .
valve to existing 36" C-150 (Sta. 7+10.7 Line W-
,
2) furnished and installed, complete and in place.
SANITARY SEWER (ITEMS S1-S14)
S 1.
6" approved sewer pipe, 0'-4' cut depths,
including
425
LF
$
16
gravel embedment, all necessary
accessories, furnished and installed, complete and
in place, per linear foot.
S2.
6" approved sewer pipe, 4'-6' cut depths,
including gravel embedment, all necessary
575
LF
$
$
accessories, furnished and installed, complete and
in place, per linear foot.
S3.
6" approved sewer pipe, 6'-8' cut depths,
including embedment, all necessary
475
LF
$
$ /
gravel
accessories, furnished and installed, complete and
in place, per linear foot.
S4.
6" approved sewer pipe, 8'-10' cut depths,
582
LF
$ C7l)
� 6
$ 02
15, %
including gravel embedment, all necessary
'
accessories, furnished and installed, complete and
in place, per linear foot.
10-097-FOAddend2.doc
ITB 910-097-FO, Addendum #2-
,, a
S5.
6" approved sewer pipe, 10'-12' cut depths,
460
LF
$
$
including gravel embedment, all necessary
;` ,
J �,
accessories, furnished and installed, complete and
in place, per linear foot.
S6.
6" approved sewer pipe, 12'-14' cut depths,
including gravel embedment, all necessary
372
LF
$
$ hh
r
accessories, furnished and installed, complete and
in place, per linear foot.
ST
10" approved sewer pipe, 6'-8' cut depths,
including gravel embedment all necessary
489
LF
$
2j
$ SL
l6
accessories, furnished and installed, complete and
(accessories,
in place, per linear foot.
S8.
Tie to existing wet well, including all necessary
1
EA
$
$
accessories, furnished and installed, complete and
in place, per each.
S9.
6" sanitary sewer plug, including all necessary
1
EA
$
ll
'
accessories, furnished and installed, complete and
in place, per each.
S 10.
Trench protection as per OSHA requirements for
trenches 5'-10' deep, including all necessary
1,794
LF
$ / p Q
`
$ n /L
! g 7
r/ j •
accessories, furnished and installed, complete and
in place, per linear foot.
SI1.
Trench protection as per OSHA requirements for
832
LF
$
<
U
trenches over 10 deep, including all necessary
accessories, furnished and installed, complete and
in place, per linear foot.
S 12.
Lift station, valve vault, control panels and radio
1
EA
$
$
including all necessary accessories, furnished and
installed, complete and in place, per each.
S13.
60" I.D. Manhole 0-4' dept, including all
necessary accessories furnished installed
2
EA
$�
and
U ;�
I
Completed and in place, per each.
S14.
Extra vertical feet for 60" I.D. manhole,
13
EVF
$ /
$ ¢
including all necessary accessories, furnished
And installed, complete and in place, per extra
vertical foot.
SUBTOTAL BASE BID, WATER DISTRIBUTION (ITEMS WI-W12)
$
SUBTOTAL BASE BID, SANITARY SEWER (ITEMS S1-S14)
$ n a� �� 02�
TOTAL BID ITEMS (WI-W12) + (S1-S14)
$�� n q6 '_;
f ) L & -3
10-097-FOAddend2.doc a"et;�
-a
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 90 (NINETY) CALEN.DER_DAYS thereafter_ as
' stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated
damages the sum of $2,000 (TWO THOUSAND) for each calendar day in excess of the time set forth herein above for
completion of this project, all as more fully set forth in the general conditions of the contract documents.
Liquidated damages is the reasonable amount of anticipated or actual damages for each day the completion of
work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty or are
far in excess of the amount of damages that may reasonably forecast. The basis for liquidated damages of $2,000 per
calendar day is project will cause delay to the construction of facilities. Contractors are required under Texas Local
Government Code § 252.044 to provide in the full amount of the contract price payment bonds for public works contracts
more than $50,000 and performance bonds for public works contracts more than $100,000, and the City withholds 5% of
each progress payment as security for completion of the project. Bidder understands and agrees that this bid submittal
shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5°/a) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him
Bidder's Initials
Enclosed with this bid is a Cashier's Check or CeIT4 Check for 41 /� Dollars
($ ) or a Bid Bond in the sum of d Dollars ($ , which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by
the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the
required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification
of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Sea] if Bidder is a Corporation)
A TEST:
P42ftPA4pi-
bretary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date 613110
Addenda No. �✓ ' Date ClYho
Addenda No. Date
Addenda No. Date
Date: 6-i - X0/ D
lA'uthpn Sign pore
l � fler6c/I ^
(Printed or Typed Name) (�
pee_Pwod ePAd?LrucAl"0111
Corrrpry &,X �5 ()0 9 �,Z- G 1(f-
lresz 6.
City, Couny���, )
d�
State
Telephone: ii _ -7q l —1 7 d
Fax: —
FEDERAL oT2A�� oar R
oAL SECURITY No.
EMAIL:
M/WBE Firm: Woman Black American Native American
Hispanic American I I Asian Pacific American Other (Specify)
1-5-013
I OOND/�
uItl(ll
BID BOND
Know all men by these presents:
That Deerwood Construction, Inc.
(hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual)
a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter
called Surety), as Surety, are held and firmly bound to City of Lubbock, Texas
'..., (5 %)-------------------------
(hereinafter called the Obligee) in the full and just sum of ($'--'""'-""--'"'"'"" )
Five Percent of Greatest Amount Bid------------------------------------------------------------------------------ Dollars
- good and lawful money of the United States of America, to the payments of which sum of money well
and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
Signed, sealed and dated this I5th day of June 2010
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to
the Principal for ITB 10-097-FD Municipal Water and Sanitary Sewer Improvements for Lubbock Animal Shelter
according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly
make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and
award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING
COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the
Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer
by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed
and sealed.
n
r-
Attest:
Deerwood Construction, Inc.
Principal
thBy
MERCHANTS BONDING COMPANY (Mutual)
By
In -Fact
MERCHA[�TTS� NATIONS
-- BONDING COMPANY BONDING COMPANY
POWER OF ATTORNEY Bond No.
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
Angela S. Goff, Harold Binggeli, Mike Henthorn, Ron Stroman,
Cara D. Hancock, Jennifer Winters, D. N. Broyles and/or Carroll Mayfield
of Lubbock and State of Texas their true and lawful Attomey-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) 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 Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attomey 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 6th day of May , 2010.
.Pp9
: co
Z: _ -o- q0:� :
:3•
=.0*-• 2003 .aa.
•..fib.
STATE OF IOWA •"
COUNTY OF POLK ss.
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
By 7--Z�
President
On this 6th day of May , 2010, before me appeared Larry Taylor, to me personally known, who being by me duly swom 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.
CINDY SMYTH �.
M Commission Number 173504
STATE OF IOWA Commission Expires
March 16, Notary Public, Polk County, 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 15th day of June 1 2010
• p1D//y•-
•� ci �.•
_ ,
Z: r -o- o Q.
:�i• 2003 a
NBC 0103 (1/09)
Secretary
f
J
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder and Agent
Must be submitted with Bid
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me with the below identified Insurance Agent/Broker. if l am awarded this contract by the City of Lubbock, I will be able
to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this bid.
f
.L1
tractor (Original Signature)
CONTRACTOR'S FIRM NAME:
CONTRACTOR'S FIRM ADDRESS
(Print or Type)
I n . 1917 F f tp r4/111
t-ontractor trrmt)
e,� /? !S i p 1/ �- fi,� /1, 112ell.
U 66X 306)q
Name of Agent/Broker: ,
E1-)440A0 - )&ATvn/ f-5-1ePHF-A1J0N .7'iV5. 46 Val
- -I /) .
Agent / Broker (Signature)
Address of A gent/Broker: Q U X L13 Q _
City/State/Zip: j/�-�^� /� D / X C//Sli
Agent/Broker Telephone Number:
Date: b D
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid and award the contract
to another contractor. If you have any questions concerning these requirements, please contact the Purchasing
and Contract Management Office for the City of Lubbock at (806) 775-3150.
BID 10-097-FO Municipal Water and Sanitary Sever Improvements for Lubbock Animal Shelter
A
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The
City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it
related or caused by environmental, mechanical, operational, supervision or any other cause or factor.
Specifically, the City may consider, among other things:
Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, 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 from bodily harm or death.
Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the fine, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO V
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense. location of establishment inspected, category of offense, final disposition of offense, if any. and penalty
assessed.
Bidder's Initials
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for
firm, corporation, partnership or institution, received citations for violations of environmental protection lav
- regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforces
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal comps
indictments, or convictions, administrative orders, draft orders, final orders, and -judicial final judgments.
YES NO V"
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its
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,
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such f
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense wl
resulted from serious bodily injury or death?
YES NO
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that 1 have made no willful misrepresentations in this Questionnaire nor have I withheld information in
statements and answers to questions. 1 am aware that the information given by me in this questionnaire shall
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
gnature
0""
Title
0
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
�r 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
$50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $50,000 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 $50,000 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 suspended or
debarred by a Federal agency.
COMPANY NAME:
FEDERAL TAX ID or SOC
o. l '5- ;Z?a,6 -77J
Signature of Company Official: 7VJ VLICILkl yu4l'-f"�
Printed name of company official signing above: cJ Ci Pdo �-tgr5e4
Date Signed: /✓
a
3
LIST OF SUB -CONTRACTORS
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
BID # 1TB 10-097-FO Municipal Water and Sanitary Sewer Improvements for Lubbock Animal
Shelter
LIST OF SUB -CONTRACTORS
[Ito I
IN
/
�
i
State Zip Code
Tele
. . G%i r
..,f f 9 V
Minority Owned
Yes No
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
2
BID # 1T8 W097-FO-Munielpal.-Water and Sanitary Sewer Improvements for Lubbock Animal
Shelter
Oil
FINAL LIST OF SUB CONTRACTORS
Minority Owned
Company Na ne Ocation Services Provided Yes No
-3
2 In LIM
3.
4, Ll D
6.
9.
10,
11.
12.
13.
16.
C
Address Q
UA
S kale
Telephone
Fax:
ri
0
13
C2
0
13
'D
0
0
01
THIS FORM SHALL BE COMPLETED AND RFTURNFD ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
3
---- -------
PERFORMANCE BOND
Bond No. TX 710 606
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 225-3:021(a)
OF THE -TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
Deerwood Construction, Inc.
KNOW ALL MEN BY THESE PRESENTS, that (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 of s o huRdrgr Ninet vhgeg0t� 882an6ollars ($293,790.20) 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 12tlday of
August ,2010,to Bid 10-097—F0, Municipal Water and Sanitary Sewer
rovements for Lubbock Animal Shelter
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW; THEREFORE, THE CONDITION OF THIS OBLIGATION 1S SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this20th
day of August , 2010.
Merchan Bondin Compa (Mutual)
SureWe)
* By
Cara D. Hancock, Attorney —In —Fact
i]
Deerwood Construction, Inc.
(Company Name)
By: V ! �f
(Printed Name
4c"t, t
/U
ignature)
e
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates DN Broyles 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.
Merchants Bonding Company (Mutual)
Surety
*By:
(Title)
Cara D. Hancock, Attorney —In —Fact
Approved as to Form
City of
By:
City Attorney
* Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
MERCHANTS NATIONS -
BONDING COMPANY BONDING COMPANY
POWER OF ATTORNEY Bond No. TX 710 606
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
Angela S. Goff, Harold Binggeli, Mike Henthorn, Ron Stroman,
Cara D. Hancock, Jennifer Winters, D. N. Broyles and/or Carroll Mayfield
of Lubbock and State of Texas their true and lawful Attomey-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) 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 Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attomey 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
Attomeys-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 6th day of May , 2010.
••••D I••
.•o N .
• O'pAPOq n
: co rl 9lA
:= rn:0.
: Z: 0- Cp:
2003 aa:
N�j••
STATE OF IOWA
COUNTY OF POLK ss.
•;oG Cps•
•00?� P 0 • • •'O9 • R
• G 9qJ� :yc .
• a' 1933 c'
•••6Jiiv.. . • `;�d•.
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
By
President
On this 6th day of May 2010, before me appeared Larry Taylor, to me personally known, who being by me duly swom 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.
yy CINDY SMYTH �.
Commission Number 173504
My Commission Expires
STATE OF IOWA March 16, 2012 Notary Public, Polk County, 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 20th day of August , 2010.
0•'APOq'•
Z:— -o- 0:0.
2003 ' a
., /V
•a
.• • O�NG • Coy•.
:►`—:_ -o-
1933
.d
Secretary
I NBC 0103 (1/09)
lJ
PAYMENT BOND
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF-THE—TEXA&G-O-VERNME AID': CODE
(CONTRA.CTS=MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Deerwood Construction, Ir(hereinafter called the
Principal(s), as Principal(s), and
Merchants Bonding Company (Mutual)
(hereinafter called the Surety(s), as SureY�Q, Rare kldend.firmly and unto the City of Lubbock (hereinafter
called the Obligee), in the amount ofsevenuhundred1ninYyetyR&160, 1$=Ha Dollars ($293,790.20)
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 12thday
of August 12010,to Bid 10-097—F0, Municipal Water and Sanitary Sewer
Improvements for Lubbock Animal Shelter
and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this 20th day of August 2010.
Merchants Bondin Com an Mutual)
Surety
*By:
(Title)
Cara D. Hancock, Attorney —In —Fact
Deerwood Construction, Inc.
(Company Name)
By
(Printed
Nam
(Signature)
(Title)
f_
The undersigned surety company represents thatt_is_duly_nt�alifiedto dohusiness-n Texas, and hereby
designates DN Broyles 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:
City 4eck
By:
City Attorney
Merchants Bon g Com QINL al)
Surety
*By. �t
1,
itle)
Cara D. Hancock, Attorney —
In —Fact
* Note: If signed by an Office of the Surety Company there must be on file a certified extract from -the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
MERCHANI�S7k NATIONS
BONDING COMPANY BONDING COMPANY
POWER OF ATTORNEY Bond No. TX710606
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
Angela S. Goff, Harold Binggeli, Mike Henthorn, Ron Stroman,
Cara D. Hancock, Jennifer Winters, D. N. Broyles and/or Carroll Mayfield
of Lubbock and State of Texas their true and lawful Attomey-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) 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 Attomey-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
Attomeys-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 6th day of May , 2010.
o14 DiNc..
POq
V� 4 •�'•:
Z:— -°- M:
:�'• 2003 � a•
STATE OF IOWA "•'�
COUNTY OF POLK ss.
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
By /-f-Z7 7,zz�
President
On this 6th day of May , 2010 , before me appeared Larry Taylor, to me personally known, who being by me duly swom 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.
CINDY SMYTH �.�17
Commission Number 173504
My Commission Expires
STATE OF IOWA March 16, 2012 Notary Public, Polk County, 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 20th day of August , 2010
.PfiCO
9•� •�
9
Z:— -°- o'
•.� 2003 a�
••may. •a .
.• • O\NG • CAM•'•
0o?�RP0,9
: y 1933 c;
Secretary
NBC 0103 (1/09)
MERCHANTS
BONDING COMPANY
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 (1/09)
r.
CERTIFICATE OF INSURANCE
ACORD CERTIFICATE OF LIABILITY INSURANCE
PRODUCER (806) 356-6000 FAX: (806) 356-0615 THIS CERTIFICATE IS ISSUED AS A MATTERTHE
Edmond, Deaton 6 Stephens ONLY AND CONFERS NO RIGHTS UPON
HOLDER. THIS CERTIFICATE DOES _ NOT AMEN[
5625 Fulton Street ALTER THE COVERAGE AFFORDED BY THE POUC
Amarillo TX 79109
INSURED
Deerwood Construction Inc.
P O Box 3009
INSURERS AFFORDING COVERAUL 39357
INSURER A Travelers Insurance Co .
INSURER B: Texas Mutual Insurance
Lubbock TX 79452 ( INSURERe
OVERAGES n wInTW(T�iSTi1>\NED
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I►VU(.), K %A-,*C t
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED Ste" F
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
I I LTR NSRDTYPE OF INSURANCE I POLICY NUMBER DATE fMMD 10fYY) (POLICY EXARAXPIRATION LIMIT
DATE MMIDDfY
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
A CLAIMS MADE a OCCUR C05018N983
GEN'L AGGREGATE LIMIT APPLIES PER:
AUTOMOBILE LIABILITY
X ANY AUTO
A ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
I ANY AUTO
EXCESSIUMBRELLA LIABILITY
X + OCCUR E CLAIMS MADE
BA5016NO50
A I I I DEDUCTIBLE I CUP5463B428
5/9/2010 5/9/2011 aEE
GATE
Sz
COMBINED SINGLE L1MtT
(Ea accident)
5/9/2010 5/9/2011 BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
PROPERTY 4AMAGE
(Per accident)
AUTOONLY , EA ACCIPe"
EA A 15
OTHER THAN
AUTO CNLY:
EACH OCCURRENCE
AGGREGATE
5/9/2010 5/9/2011
B WORKERS COMPENSATION AND F2'��
EMPLOYERS' LIABILITYANY PROPRIETORIPARTNERIEXECUTIVECGt
OFFICERIMEMBEREXCLUDED? TSF0001102658 12/31/2009 12/31/201-0 EIf yes, describe under cncC _
OTHER
A Leased/Rented 6605383BB58 05/09/2010 05/09/2011 $2®o ,000 a
DESCRIPTION OF OPERATIONSJLOCATiONSNEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Project: Animal Shelter Water & Sewer. City of Lubbock; Parkhill, Smith & Cooper, Srzc;
listed as primary additional insured+s where required by written contract. Waiver o£
Liability, Auto Liability and Work Comp in favor of City of Lubbock; Parkhill, Smitrt Coc'� r
Engineering where required by written contract.
City of Lubbock
P O BOX 2000
Lubbock, TX 79457
CANCELLAT(®N
SHOULD ANY OF THE ABOVE DESCRIBED
EXPIRATION DATE THEREOF, THE ussul Ec_-
10 DAYS WRITTEN NOTICE TO T"F—= CER-r1F=1C
FAILURE TO DO SO SHALL IMPOSE NCB CDBLIG
INSURER, ITS AGENTS OR REPt?E:SE T4-T"A.TNES-
AUTHORIZED REPRESENTATIVE t .�
Marilyn Phillips/SK
ACORD 25 (2001108)
INS025(oloe).osa
No Text
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
87A E oio�
PRODUCER (806) 356-600.0 FAX: (806) 356-0615
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Edmond, Deaton 6 Stephens
P
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
5625 Fulton Street
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Amarillo TX 79109
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
INSURER A Travelers Insurance Co.
39357
INSURERB:Texas Mutual Insurance
Deerwood Construction Inc.
INSURERC:
P 0 BOX 3009
INSURER D:
I-
Lubbock TX 79452
G
1OVERAGES
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.
GREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY AID CLAMS.
INSRD ADD'L
OF INSURANCE
POLICY NUMBER
POLICTYPE
DATEYMMIDDTI�
POLICY EXPIRATION
DATE M
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
PROutISES EaEoccccurrrence
$ 50,000
rA
X COMMERCIAL GENERAL LIABILITY
CLAIMSMADE XX OCCUR
C0501SH983
5/9/2010
5/9/.2011
MEDEXP (Any oneperson)
S �excluded
PERSONAL & ADV INJURY
u 1,000,000
GENERAL AGGREGATE
S 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-- COMP/OP AGG
S 2,000,000
POLICY X- JPERT LOC
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Perpe—)
S
A
ALL OWNED AUTOS
SCHEDULED. AUTOS
BAS016NO50
5/9/2010
5/9/2011
BODILY INJURY
(Per accident)
5
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
S
GARAGELIABILITY
AUTO ONLY -EA ACCIDENT
S
OTHER THAN EA ACC
$
ANY AUTO
$
g
AUTO ONLY: AGG
EXCESSIUMBRELLA LIABILITY
X OCCUR n CLAIMS MADE
EACH OCCURRENCE
$ 2,000,000
AGGREGATE
S 2,000,000
S
A
DEDUCTIBLE
CUP5463s428
5/9/2010
5/9/2011
S
RETENTION $
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNER/EXECUTIVE
X WC.STATU- OTH-
TORY LIMITS ER
E.L. EACH ACCIDENT
_
$ 1,000,000
E.L. DISEASE - EA EMPLOYEq
S 1, 000,000
OFFICERIMEMBEREXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
TSF0001102658
12/31/2009
12/31/2010
E.L. DISEASE- POLICY LIMIT
S 1,000,000
OTHER
A
Leased/Rented
6605383BB58
05/09/2010
05/09/2011
$200,000 -limit
$2,500 deductible
DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Project: Animal Shelter Water & Sewer. City of Lubbock; Parkhill, Smith & Cooper, Inc; and Hamilton Engineering are
listed as primary additional insured's where required by written contract. Waiver of Subrogation applies to General
Liability, Auto Liability and Work Comp in favor of City of Lubbock; Parkhill, Smith & Cooper, Inc; and Hamilton
Engineering where required by written contract.
City of Lubbock
P 0 BOX 2000
Lubbock, TX 79457
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
INSURER. ITS AGENTS OR REPRESENTATIVES.
ILC V KCYKGJGIV I H I IV C
1
yn Phillips/SK
AL;VKU 13 (6UU1lU0) v At;UKL) k;UK UKAIIVIV IV00
INS026 (010e).08a Pagel of 2
No Text
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate $
Claims Made
Products-Comp/Op AGG $
Occurrence
Personal & Adv. Injury $
OwneCs & Contractors Protective
Each Occurrence $
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
Any Auto
Combined Single Limit $
All Owned Autos
Bodily Injury (Per Person) $
Scheduled Autos
Bodily Injury (Per Accident) $
Hired Autos
Property Damage $
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident $
Other than Auto Only:
Each Accident $
Aggregate $
BUILDER'S RISK
100% of the Total Contract Price
$
INSTALLATION FLOATER
$
EXCESS LIABILITY
Umbrella Form
Each Occurrence $
Aggregate $
Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ Included
Statutory Limits
Panners/Executive = Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
:13
t--- Title:
The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
.e 0
8 v
CONTRACTOR CHECKLIST
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;
4L(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
9�- (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;
70-1 (4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
2 during the duration of the project;
V(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS 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.
REQUIRED WORKERS' COMPENSA-T-ION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
CONTRACT
CONTRACT #9591
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 12"' day of August, 2010, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Deerwood Construction Inc. of the City of Lubbock, and the State of Texas
hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID 10-097-FO, Municipal Water and Sanitary Sewer Improvements for Lubbock Animal Shelter
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Conditions of Agreement. Deerwood Construction Inc.'s bid dated June 15,, 2010 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
f
1
t
'.�
ME:
COMPLETE ADDRESS:
..W 1 Company W
Address
City, State, Zip
ATTEST:
9
Co rate Secretary
CITY OF LUBBOCK, TEXAS (OWNER):
By: _/ �
MAYOR
ATTEST:
APP
City Attorney
No Text
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall- be- as referring to the City
of Lubbock, Texas.
CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit who has agreed to perform the work embraced
in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Wood Franklin, Chief Engineer, so designated who shall
inspect constructions; or to such -other representatives, supervisors, architects, engineers, or inspectors as may be
authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall
act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or
persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
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 shall look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are
necessary for the commencement of the work contemplated by these contract documents or the completion of the
work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order
to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as
practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's
Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc.,
shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its
Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at
Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In_the _absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required -by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
$_
S
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, _or__from-any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment are permitted only at such places as the Owner's
Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at
all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's_ Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall beat Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
e-
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' Compensationandall other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest_ Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general -{
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance with
these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
such an extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEESANDTHE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or- causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP 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. THE ADDITIONAL INSURED
ENDORSE\TENT SHALL INCLUDE PRODUCTS ADD COINIPLETE OPERATIONS.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,00OCombined
Single Limit intheaggregate and per occurrence to include:
Products & Completed Operations AGG
Contractual Liability I
Personal & Adv. Injury 111
WITH HEAVY EQUIPMENT & XCU (Explosion, Collapse, Underground) ENDORSEMENT 1
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, - NOT REQUIRED.
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
E. Umbrella Liability Insurance - NOT REQUIRED.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $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.
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
4.
7
of Texas Labor Code, Section 401.01 ](44) for all employees of the contractor providing services
on-the_project,-for_-the duration .of -the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the projects the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity shall have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extensionofcoverage, prior to the end of
the coverage period, if the coverage period_shown_on_the current certificate--of'
coveragecoverage 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
shall provide services on the project shall be covered by worker's compensation coverage for the
duration of the project, that -the -coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
IL The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1)
(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 bid 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:
10
(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 pay-rollamounts:.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 periods 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
(i i) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the —project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdi.state.tx.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
t (ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
11
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
-t
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
t-
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;
_a
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such i
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the #
Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
12 (_
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence- that all obligations of the nature hereinabove designated- have been paid, discharged or
waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its Offices, agents and employees harmless from any loss -on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all _ such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of theStateof Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
13
�1
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 $2,000 (TWO THOUSAND) PER
DAY, not as a penalty, but as liquidated_ damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME 1S OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in '
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
14 '
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 judgmentof -the -Owners-Representative thatLis 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 bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
15
42. PARTIAL PAYMENTS (-1,
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 f
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. i
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 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.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the `
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
16
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner. in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
17
(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 bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion ll
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 a
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner. irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
18
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
_. performed by Contractor and/or its _subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by 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 specialconditionsare contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
19
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestosis 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 j
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 ofContractoris not granted, or otherwise not responded to, by Owner's Representative withinfive(5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shallconsentto the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
20
DAVIS BACON WAGE DETERMINATIONS
6''
EXHIBIT
A
GENERAL DECISION: TX20100296 03/12/2010
TX296
Date: March 12, 2010
General Decision Number: TX20100296
03/12/2010
Superseded General Decision Number:
TX20080296
State: Texas
Construcxi_o.n Type.: Building
County: Lubbock County in Texas.
i
BUILDING CONSTRUCTION PROJECTS (does
not include
single family
homes or apartments up to and including
4 stories).
Modification Number Publication
Date
0 03/12/2010
BOIL0531-001 07/01/2008
Rates
Fringes
Boilermaker
26.02
13.66
....................$
----------------------------------------------------------------
BRTX0005-009 06/01/2009
Rates
Fringes
Bricklayer .....................$
24.16
8.31
-`
----------------------------------------------------------------
CARP0665-002 05/01/2009
Rates
Fringes
Carpenter ......................$
----------------------------------------------------------------
20.28
5.31
ENGI0178-004 06/01/2009
Rates
Fringes
OPERATOR: Forklift ..............$
22.70
9.35
--------- ------------------------- ------
IRON0263-017 06/01/2008
------------------------
Rates
Fringes
Ironworker, reinforcing ........ $
20.90
4.60
_
--------------------------------------------------
PAIN0053-003 09/O1/2008
Rates
Fringes
-=
Painter - Brush, Roller &
Spray ............................$
----------------------------------------------------------------
15.81
4.56
* PLUM0629-019 06/01/2009
Rates Fringes
PLUMBER/PIPEFITTER...............$ 20.25 6.25
----------------------------------------------------------------
SHEE0099-007 06/16/2009
Rates Fringes
SHEETMETAL WORKER (HVAC Duct
and System Installation Only) .... $ 20.25 8.61
----------------------------------------------------------------
SUTX2009-168 06/03/2009
Rates
Fringes
CEMENT MASON/CONCRETE FINISHER ...
$ 18.58
0.00
ELECTRICIAN ......................$
18.09
2.36
IRONWORKER, STRUCTURAL ...........
$ 10.38
0.00
)
LABORER: Common or General ......
$ 8.86
0.00
LABORER: Mason Tender - Brick ...
$ 11.00
0.00
OPERATOR: Backhoe/Excavator.....
$ 13.81
0.00
OPERATOR: Blade/Grader
$ 12.97
0.00
..........
OPERATOR: Front End Loader ......
$ 12.23
0.00
ROOFER ...........................$
12.06
0.00
TILE SETTER ......................$
8.50
0.00
TRUCK DRIVER .....................$
----------------------------------------------------------------
10.15
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 (29 CFR 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
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party
(those affected by the action) can request review and
reconsideration from
the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR
Part 7).
Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested
party's position and by any information (wage payment data,
project
description, area practice material, etc.) that the requestor
considers
relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested
party may appeal directly to the Administrative Review Board
(formerly the
Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIFICATIONS
TABLE OF CONTENTS
SECTION 1. CITY OF LUBBOCK STANDARD SPECIFICATIONS FOR MUNICIPAL WATER AND SEWER
CONSTRUCTIONSUBMITTALS...........................................................................................................................1-0
SECTION 2. FORCE MAIN PIPING, PUMPS, VALVES AND MISCELLANEOUS ITEMS..................................2-1
SECTION3. CONTROL PANEL......................................................................................... ...............3-1
SECTION 600
STANDARD SPECIFICATION FOR CONSTRUCTION
I
CITY OFLL'BBOCK,TEXAS
WATER UTILITIES DEPARTMENT
SECTION 600
STANDARD SPECIFXCATIONS_FOR CONSTRUCTION
INDEX
Paraeraph Title
600 Standard_ Specifications for Water Main Construction
602 Standard Specifications for Sanitary Sewer Main
Construction
CITY OF LUBBOCK, TEXAS
WATER UTILITIES DEPARTMENT
SECTION 600
STAt�TDARD SPECIFICATIONS TOR WATER MAIN CONSTRUCTION
INDEX
Paragraph
Title
Page
600-1.0
General.................................................................
600-1
600-1.1
Approved Plans....................................................600-1
600-1.2
Notice to Proceed.................................................600-1
600-1.3
Inspection.............................................................
600-1
600-1.4
Warranty and Acceptance ....................................
600-1
600-1.5
Specifications.......................................................
600-1
600-2.0
Materials..............................................................
600-2
600-2.1
Ductile Iron Pipe .................. ................................
600-2
600-7.2
PVC Pipe .....................................
600-2.3
Concrete Cylinder Pipe ........................................
600-2
600-2A
Cast Iron Fittings ................................................
600-3
600-2.5
Fabricated Cast Iron Tapping
Sleeves for Use on 4" through 12.........................
600-3
600-2.6
Fabricated Steel Tapping Sleeves
for Use on 14" tlu-ough 20" Pipe..........................600-3-4
600-2.7
Gate Valves (Double Disc) ..................................
600-4
600.2.8
Gate Valves (Resilient Seat) ................................
6004
600-2.9
Butterfly Valves (14" and Larger) .......................
600-4
600-2.10
Pressure Regulating Valves .................................
600-5
600-2.11
2-Inch Combination Air and Vacuum
Relief Valves........................................................600-6
600-2.12
Swing Check Valves 4-Inch through
20-Inch Nominal Diameter ..................................
600-7
600-2.13
Fire Hydrants.......................................................
600-8
600-2.14
Valve Boxes, Frame and Cover ...........................
600-8
600-2.15
Blow-Offs:...........................................................600-8
600-7.16
Ercasement........... ...............................................
600-8
600-2.17
Gravel for Embedment.........................................600-8
600-2.18
Concrete...............................................................600-9
600-2:19
Concrete Forms ............................... .....................
600-9
600-2.20
Reinforcing Steel .................................................
600-10
600-3.0
Details of Construction........................................600-10
600-3.1
Surface Preparation ...................
600-3.2
Barricades and Safety Measures..........................600-11
600-3.3
Protection of Existing Underground
Utilities.................... .............................................
600-11
600-3.4
Excavation and Trenching...................................600-11-12
600-3.5
Pipe Installation ...................................................
600-12-15
600-3.6
Backfili ling..........................................................
600-15-16
600-3.7
Setting Valves, Valves Boxes and
Fittings.................................................................
600-16
600-3.8
Underground and Overhead Utilities
and Structure . .......... ............................................
600-16
600-3.9
Removing Pavement ............................................
600-] 7
600-3.10
Concrete Cradling and Blocking ..................... .....
600-17
600-3.11
Anchorage of Bends and Plugs, Etc .....................600-17-18
600-3.12
Hydrostatic Tests .................................................
600-18-19
600-3.13
Sterilization of Pipe Lines ...................................
600-19
600-3.14 Clean -Up .............................. ................................
600-19
600-3.15 Concrete Base for Paving Repair .........................600-19
Construction Details Pipe Encasement ................
600-20
Air and Vacuum Relief Valves & Box ................
600-21
Valve Box (Butterfly)..........................................600-22
Valve Box (Gate) ................................................
600-23
Thrust Blocking ...................................................
600-24
Pipe Embedment for Water Lines 16"
andLarger............................................................600-25
Trench Shoring -Minimum Requirements ........... .600-26-28
Alley Wafer and Sewer Stub -Outs .......................600-29
CITY OF LUBBOCK,-TEXAS
\WATER UTILITIES DEPARTMENT
SECTION 600
STANDARD SPECTICATIONS FOR WATER MAIN CONSTRUCTION
000-1.0 General: All water main construction within the City of Lubbock water system
or for future corurections to the City of Lubbock water system shall be accomplished in
accordance with the -requirements of these specifications.
600-1 1 Approved Plans: Water main construction shall be done in accordance with
engineered construction plans for the work, prepared under the direction of a Professional
Engineer and approved by the City of Lubbock Water Utilities Department. plans shall
conforni with the City of Lubbock's Minimum Design Standards for Water Mains and
shall show all information called for on the "City of Lubbock Check List for Water Main
Construction Plans."
600-7.2 i\'otice to Proceed: The contractor is issued a Notice to Proceed following
i approval of Council and execution of Contract Documents. The Water Utilities
Deparlrnent shall be notified 48 hours before the planned construction is to commence
and also before starting up when construction is interrupted for any reason.
600-1.3 Inspection: All work sliall be inspected by a representative of the Water
Utilities Department who sliall have the authority to halt construction when, in his
opinion, construction is being perforn3ed contrary to these specifications or other
approved plans. Whenever any portion of these specifications is violated, the Director of
Water Utilities, by written notice, may order that portion of construction which is in
violation of these specifications or other approved plans, specifications and material to
cease until such violation is corrected. A copy of the order shalt be filed with the '
Contractor's license application for future review. If deficiencies are not corrected,
performance shall be required of the Contractor's Surety.
600-1.4 Warranty and Acceptance: At the completion of all or designated portions of
work under construction, an inspection shall be made to determine compliance with these
specifications or approved plans, specifications and materials. Upon such determination,
a certificate of compliance shall be issued. The letter of acceptance shall constitute the
initiation of the warrantee period. The Contractor shall wanant the accepted work to be
free of defects in workmanship or material defects for a period of one year.
The determination of the necessity during the warranty period for the Contractor to repair
or replace the work in whole or in part shall rest entirely with the Director of Water
Utilities.
600-I.5 Specifications: All standard specifications, i.e., ASA, AWWA, etc., made a.
portion of these specifications by reference shall be the latest edition and revision thereof.
r 600-1
t
i_,
600-2.0 Materials: All pipe for water main construction shall be ductile iron, C-900
PVC, or concrete cylinder pipe. The following are approved materials for water main
construction.
600-2.1 Ductile Iron Pine
Ductile iron pipe to be furnished shall conform to the following standard specifications or
latest revision:
ANSI/AWWA C150/A21.50-81
ANSI/AWWA C104/A21.4-80
ANSI/AWWA C1511A21.51-81
All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI
A21.4) specifications. The external surface shall be coated with an asphalt base paint.
All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except
where connecting flanged fittings, and shall otherwise conform to the base specifications
to which the pipe is manufactured. The joint shall be the latest approved type of rubber
gasket joint for ductile iron pipe. All joints of ductile iron pipe and fittings shall be
sealed with a continuous ring rubber gasket meeting standards specified by AWWA
C 111-72 (ANSI A2I.11) or its latest revision.
600-2.2 PVC Pine
Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C-900
specification and shall be pressure class 150 PSI. Pipe shall be furnished with bell and
spigot joint with rubber gasket joint conforming to the above specification. Spigot ends
shall be beveled and reference marked to facilitate joining and insure proper seating
depth.
600-2.3 Concrete Cylinder Pipe
Prestressed Concrete Embedded Cylinder Pipe (PCECP) shall be manufactured in
accordance with the latest revision of AWWA C-301.
Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with
the latest revision of AWWA C303-78.
Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally
and helically.
The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a
continuous ring rubber gasket meeting standards specified in AWWA C303-78.
A portland cement mortar shall be used to fill the annular space both inside and outside of
joints in the pretensioned concrete cylinder pipe. Portland cement used in the mortar
shall conform to "Standard Specifications and Tests for Portland Cement," A.S.T.M.
serial designations Cl 50 and C77. Sand for the mortar shall conform to A.S.T.M.
designation C33-52T for fine aggregate. The exterior joints on pretensioned concrete
cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be
nine (9) inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side.
600-2
600-2.4 Cast Tron FlttinZs
Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transitionr�
gasket for the type pipe used, Flanged fittings, where required, shall be 125 and
American Standard. All fittings shall be lined with cementX mid coat with an
asphaltic Fittings shall conform to AW�3uA C't(�a,. WA C104, AWWA C1 Ifl
�aA��WA Cl 11 latest revision.
.—, 5!
600-2 5 1+abrit a#ed Cast lrott Tapping Sleeves tJse on through 2" Pine
M1! General: The manufacturer of the tapping sleeves shall be experienced in their design
and construction and shall have given successful service for a period of at least five (5)
years.
Service: The tapping sleeves will be installed on the following types of pipe (1) Cast Iron
(2) Ductile Iron (3) Asbestos Cement (4) C-900 PVC. The operating pressure for all four
types of water pipe is 150 psi.
Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the
latest revision of A.S.T.M. Standard Designations. The tapping
working pressure of 200 psi.
sleeve shall withstand a
.,
Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and
creep.
600-2 6 Fabricated Steel Tapping Sleeves for use on 14" throueh 20" Pipe
General: The manufacturer of the tapping sleeves shall be experienced in their design
and construction, shall be regularly engaged in their manufacture, and shall have
produced tapping sleeves of the sizes specified herein which have given successful
service for a period of at least five (5) years.
Materials used in the manufacture of these tapping sleeves and the accessories shall be
new and shall conform to the latest applicable standards of the American Society for
Testing and Materials.
Service: The tapping sleeves will be installed on the following types of pipe ---(I) Cast
Iron (2) Ductile Iron (3) Asbestos Cement pipe (4) C-900-PVC pipe. The operating
pressure for all three types of water pipe is 150 psi.
Material: All steel plate used in fabrication of [be tapping sleeves shall conform to
A.S.T.M. Standard Designation A-36 or A-285, Grade C.
Flanges: Flanges shall be fabricated from steel plate, and all dimensions shall conform to
AWWA Standard C-207, "Steel Pipe Flanges," Class D. Flanges shall be machined to a
flat face with finish of 250 micro -inches or machined to a flat surface with a serrated
finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." In addition,
the machined face shall also be recessed for tapping valves in accordance with the M.S.
Standard SP-60.
Gaskets: Gaskets shall be compounded from new materials, and the shape of cross-
section of gasket shall provide adequate seal for the design pressure. Gaskets shall be
shop glued to the groove provided in the body section.
600-3
Fasteners: Bolts and hex nuts shall be stainless steel, Usalloy, Dresserloy, Corten or an
approved equal for corrosion control.
Testine onilet: A 3/4" NPT-bywelded coupling shall be attached to the outlet nozzle of
each tapping sleeve assembly complete with a 314" square head pipe plug.
painting: All surfaces of the saddle shall be clean, dry, and free from grease and dirt
before painting. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall
be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop
coated with a rust preventive compound, such as Dearborn Chemical "No-Ox-ld,"
Houghton "Rust -Veto 344," or Rust-Oleum "R-9". -Bolts and nuts shall be shipped bare,
no paint, or protective coating.
Certification: The manufacturer shall furnish a sworn statement that the inspection and
all of the specified tests have been made and the results thereof comply with the
requirements of the applicable standard(s) herein specified. A copy of the Certification
shall be sent to the Engineer, City of Lubbock Water Utilities Department.
600-2 7 Gate Valves (Double Disci
Gate values 12" and smaller steal] be double disc, parallel seat, iron body, bronze mounted
throughout. In line valves, 12" and smaller, shall be flanged or mechanical joint as
shown on plans. All side outlets on lines 12" and larger shall be flanged. Valves
connected to flange outlets shall be flanged on both ends or combination flange and
mechanical joint. The valves shall have non -rising stems, shall open by turning to the left
(counter -clockwise), and shall be furnished with a 2" operating nut. Valves shall comply
,,yitli the latest revision of AWWA C-500 standards. Valves shall be Mueller, M & H,
Darling, or Clow.
All parts for valves furnished must be standard and completely interchangeable with
valves of the same brand. The successful bidder may be required to furnish the owner
with a letter stating what type of valve he proposes to use and a letter from the
manufacturer stating the parts are standard and interchangeable as herein specified.
600-2.8 Gate'ralves (Resilient Seat) -
Gate valves 12" and smaller shall be cast or ductile iron with resilient seats. In line
valves, 12" and smaller, shall be flanged or mechanical joint as shown on the plans. All
side outlets on lines I2" and larger shall be flanged. Valves connected to flange outlets
shall be flanged on both ends or combination flange and mechanical joint. The valves
shall have non -rising stems, shall open by turning to the left (counter -clockwise), and
shall be furnished with a 2"_ operating nut. Valves shall comply with the latest revision of
AWWA C-509 standards. Valves shall be Mueller, M & H, marling, Clow, or Tyler.
All parts for valves furnished must be standard and completely interchangeable with
valves of the same brands_ The successful bidder may be required to furnish the owner
with a letter stating what type of valve he proposes to use and a letter from the
manufacturer stating the parts are standard and interchangeable as herein specified.
600-2.9 Butterfly Valves 04" and Lamer)
Butterfly valves shall conform to AWWA Specifications C504-74 for Class 150-B.
Valve bodies shall be cast iron and may be either short body or long body lengths. The
butterfly valves are for vault installation and shall be equipped with a hand wheel, a 2-
600-4
i
i_
inch, operating nut, a locking device, and a position indicator. The valves shall be
designed for positive stop in the closed position. The valves shall be manually operated
with enclosed worm gear or traveling nut operation and shall be designed to operate at
maximum torque with a maximunvpull of 80 pounds. The valve shall open by turning to
the left (counter -clockwise). The design water -pressure differential shall be 150 psi
upstream and 0 psi downstream.
Valves installed in vaults shall be painted with heavy-duty machinery paint with color
and type to be approved by Engineer.
600-2 10 Pressure Reeulating Valves
Service: The function of this valve is to reduce an existing high pressure to a preadjusted
lower downstream pressure for varying rates of flow without causing shock or water
hammer on the system.
Valve Description: The pressure reducing valve shall be hydraulically operated with a
free floating guided piston having -a-seat diameter equal to the size of the valve. The
valve shall be fully bronze -mounted and all packing shall have either leather or rubber
seals to provide tight closure and prevent metal to metal friction. An indicator rod shall
be furnished as an integral part of the.valve to show the position of the piston within the
valve body. The valve shall be designed to provide as access opening in the valve body
for removing the piston and other internal parts without removing the main valve body
from the line.
Material: Cast iron for valve body, flanges and covers shall conform to A.S.T.M.
Standard Designation A-126, Class B. Bronze casting or parts for internal trim shall
conform to A.S.T.M. Standard Designation B-62.
Valve Ends: All valves shall be furnished with flanged ends sized and drilled in
accordance with A.N.S.I.B 16. 1, Class 125, Specifications. Flanges shall be machined to
a flat face with a finish of 250 micro -inches or machined td a flat surface with a serrated
finish in accordance with AWWA Standard C-207.
Pilot Valve: The pilot valve for controlling operation of the main valve shall be a single
seated, diaphragm operated and spring loaded type. The pilot valve shall be attached to
the main valve with piping and isolation valves so arranged for easy access in making
adjustments and also for its removal from the main valve while the main valve is under
pressure.
r Needle Va] —. The needle valve shall be all bronze and included with the main valve to
control the speed of piston travel.
Operating Pressure: The maximum operating pressure shall be 150 psi gauge.
Testing: The body of the pressure reducing valve shall be given a hydrostatic test of 50%
more than the operating pressure specified herein. A second test of check seating of the
cylinder shall be made at the operating pressure.
Painting: All surfaces of the valve shall be clean, dry, and free from grease and dirt
before painting. All cast iron surfaces, except the machined face of the flange, shall be
evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in
accordance with Federal Specification TT-V-51e. The face of flanges shall be shop
600-5
coated with a rust preventive compound, such as Dearborn Chemical "No-Ox-Id,"
Houghton "Rust -Veto 344," or Rust-Oleum "R-9."
Certification: The manufacturer shall furnish a sworn statement that the inspection and
all of the specified tests have been made, and the results thereof comply with the
requirements of the applicable standard(s) herein specified. A copy of the Certification
should be sent to the Engineer, City of Lubbock Water Utilities Department.
600-2.11 2-inch Combination Air and Vacuum Release Valves
General: All combination air and vacuum release valves shall be shop assembled and
shipped as a complete unit ready for field installation. The large orifice of combination
air valve shall allow air to escape during pipeline filling and enter during drainage of the
pipeline. It shall close water tight when liquid enters the valve. The small orifice shall
release small pockets of air afler the pipeline is filled and under pressure.
Valve Body and Cover: The combination air valve shall be the single body type. The
valve body and cover shall be designed to operate under a maximum working pressure of
1 SO psi. Material shall be one of the following:
1. Cast Iron - A.S.T.M. A48-Class 35
2. Cast Steel - A.S.T.M. A27 GR U60-30
3. Ductile Iron - A.S.T.M. A536 GR 65-45-12
Bosses for tapping pipe threads shall be cast integrally with each valve body and cover.
Internal Parts: Float shall be stainless steel. Lever frame shall be Delrin or approved
equal. All other internal parts shall be fabricated from bronze.
Valve Seat: Valve seat shall be fabricated from oil resistant synthetic rubber equal to
Buna-N or Nitrile.
I
Size of Orifices: The diameter of the large orifice of the combination air valve shall be I
two (2) inches and the small orifice diameter shall be three thirty-seconds (3/32) inch.
Inlet: Inlet shall be two (2) inches in diameter with tapered iron pipe thread conforming
to AW WA C-800. 1
Guard Valve and Connecting Pipe: Guard valve to be used with air valve shall be bronze
ball valve with female iron pipe thread ends, Ford B-I 1-777, Mueller 1115204 or equal,
approved by the Engineer.
Connections between the air valve and the guard valve shall be made using brass nipples
with tapered iron pipe threads conforming to AWWA Standard C-800. I
Operating
Pressure: The maximum operating pressure shall be I50 psi.
P gp
Testing: Each shop assembled valve shall be given a hydrostatic test of two (2) times the t
rated operating pressure and during the test, air shall be injected into the body chamber of
the valve to check its ability to release entrained air to the atmosphere under operating
pressure.
Painting: All surfaces of the valve shall be clean, dry and free from grease before
I
painting. All exterior and interior surfaces, except the stainless steel trim and the seating
600-6
surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt
varnish in accordance with Federal Specification TT-V51 C or Military Specification C-
450-C, Type 11.
tCertification: The manufacturer shall furnish a sworn statement that the inspection and
all of the specified tests have been made and the results thereof comply with the
requirements of the applicable standard(s) herein specified. A copy of the certification
shall be sent to the Engineer, City of Lubbock Water Utilities Department.
lj
go-2 12 Swims Check Valves 4-Inch through 20-Inch Nominal Diameter
General: Swing check valves -shall be manufactured in accordance with AWWA
Standard C-508, "Swing -Check Valves for Ordinary Waterworks Service", with the
following additional requirements or exceptions.
Valve Description: All valves shall.be iron body, fully bronze -mounted, metal to metal
i_ seating, and the disc shall be swing type.
Installation: Valves in vaults shall be installed in a horizontal position with exterior ]ever
and adjustable spring, or exterior lever and adjustable weight operation. .
Valves which are buried shall be installed in a horizontal position and shall be gravity
operated with no external levers or heights.
Service: All valves shall be suitable for frequent operation as well as service involving
long periods of inactivity. The operating pressure for all sizes shall be 150 psi gauge.
Bolting, Material: Bolts and hex nuts used for attaching top cap to the body shall be the
manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance
or electroplated with zinc or cadmium. The hot -dip process in accordance with ASTM
Standard Designation A-135 is not acceptable for the threaded portions of the bolts and
nuts.
Gasket Material: Flat gasket, either ring type or full faced type, required at the body and
cap connection, shall be fabricated from compressed asbestos sheet with a rubber
compound binder. Use of a homogeneous rubber or vegetable fiber sheets is not
acceptable.
[ End Connection: All check valves shall be furnished with flanged ends. The size and
drilling shall be in accordance with A.N.S.L-1316.1 Class 125 Specifications; flanges
shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat
surface with a serrated-frnish_ in accordance with AWWA Standard C-207.
Testin : Each valve after shop assembly shall be given the operation and hydrostatic
tests in accordance with the referenced Specification.
Painting: All surfaces of the valve shall be clean, dry and free from grease before
painting. All ferrous surfaces, exterior and interior, except the seating surfaces of flange
faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish
in accordance with Federal Specification TT-V-Sle. Flange faces shall be shop coated
with a rust preventive compound, such as Dearborn Chemical "No-Ox-Id", Houghton
"Rust -Veto 344", or Rust Oleum "R-9".
600-7
Certification: The manufacturer shall furnish a sworn statement that the inspection and
all of the specified tests have been made and the results thereof comply with the
requirements of the applicable standard(s) herein specified. A copy of the Certification
shall be sent to the Engineer, City of Lubbock Water Utilities Department.
600-2.13 Fire Hydrants
Fire hydrants shall be standard AWWA C-502 hydrants, iron body, bronze mounted
throughout including drain.seat ring, and shall be designed for a working pressure of 150
pounds per square inch. The fire hydrants shall be the traffic model type and shall have a
5-1/4" valve opening, two-2-1/2 inch hose noxzles_and.one 4-inch steamer nozzle, with 4
threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for
6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless
otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling
model B-84-B, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-112
inch pentagons measured to a point. The hydrants shall be painted orange.
600-2.14 Valve Boxes. Frame and Cover
All valve boxes for butterfly valves and gate valves larger than 12" shall be poured
concrete or precast construction. The valve boxes shall be constructed with the
dimensions as called for on the plans. The valve box cover opening shall be centered
over operating nut.
Manhole frames and covers shall be of good quality gray iron casting of a pattern similar
to that shown on the plans and with a clear opening of not less than 22 inches. The frame
and cover shall be designed with a full bearing rings so as to provide a continuous seat
between frame and cover. The cover shall be furnished with lifting ring cast into the
cover in such manner as to prevent leaking through. The cover shall be marked "City of
Lubbock Water", and shall be type No. 40-5 as manufactured by Western Iron Works or
approved equal_
Valve boxes for 12-inch or smaller valve shall be cast iron. The boxes shall be designed
to fit over a section of 6" clay tile pipe which will be used as an extension from the top of
the valve. The box shall have a heavy cast iron cover marked "Water". The box shall
have a flange type base approximately 4" larger in diameter than the outside diameter of
the barrel of the box. The cover shall be type No. 70 as manufactured by Western Iron
Works or approved equal.
600-2.15 131myoffs: Temporary or permanent blowoffs may be fabricated from two inch
pipe with a two inch gate valve on the connecting pipe and with four feet, six inches of
cover. Valve to be iron bodied bronze mounted with two inch square operating nut
complete with valve box.
600-2.16 Encasement
Encasement pipe shall be corrugated steel or smooth steel pipe. Smooth steel pipe shall
have a minimum wall thickness of 114". Corrugated pipe shall comply with AASHO
specifications.
600-2.17 Gravel for Embedment
Gravel for embedment shall consist of processed natural gravel. The particles shall have
irregular surfaces. The material shall be graded within the following limits.
600-8
1
Maximum Retained Percent
No. 4 Sieve 5-15
No. 10 Sieve 50-90
No. 40 Sieve 90-100
The material shall be sufficiently free from clay, dust, blow sand, caliche or slag so as to
prevent shrinkage after jetting and drying.
600-2.1 t3 Concrete
Concrete to be used in the valve chambers, concrete cradling, concrete blocking for
fittings, etc., shall be made with pordand cement which conforms to "Standard
Specifications and Test for Portland Cement", A.S.T.M. Serial Designation C150-41 and
C77-40. Concrete aggregates shall consist of natural washed and screened sand, and
washed and screened gravel or clean crushed stone conforming to "Standard
Specifications for Concrete Aggregate", A.S-T.M. Serial Designation C-33-63. The
aggregates shall be well graded from coarse to fine and shall be free from injurious
amounts of clay, soft or flaky materials, loam or organic impurities. All aggregates shall
be approved by the Engineer before use.
Water used in mining concrete shall be clear, clean, free from oil, acid or organic matter
and free from injurious amounts of alkali, salts or other chemicals.
The concrete mix shall be based on the water -cement ratio, and shall be as follows for the
different classes of concrete. All concrete (Class A) for manholes, valve chamber and
other reinforced concrete structures shall contain not more than 7.0 gallons of water per
sack of cement. All concrete (Class B) for pipe cradling, blocking or fittings, and other
non -reinforced concrete shall contain not more than 9 gallons of water per sack of
cement. Surface moisture or moisture carried by the aggregates shall be included as part
of the mixing water. Class A concrete shall have a minimum 28 day compressive
strength of 3000 psi and Class B shall have 2500 psi compressive strength at 28 days.
The proportioning of the constituents of the concrete shall be such as to produce a dense,
and workable mixture, and the designed mix shall be approved by the Engineer before
any concrete is placed.
600-2.19 Forms
The forms sliall be of wood or metal and shall be of sufficient strength to support the
concrete .without bulging between supports and sufficiently water tight to hold the
concrete mortar. The forms shall be so constructed that the finished concrete shall be of
the form and dimensions shown on the plans. The walls for all reinforced concrete work
shall be formed inside and outside. All form work for exposed surfaces shall be of such
material and so constructed as to produce a wall with a smooth, even surface when the
concrete is poured. All forms shall be oiled before use. No forms shall be removed
without permission of the Engineer. However; in general, wall forms may be removed
alter the concrete has been in place for 24 hours and on roof slabs after the concrete has
been in place for 10 days. Immediately upon removal of the forms any honey -combed
sections shall be repaired as directed by the Engineer.
600-9
600-2.20 Reinforcing Steel
Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications
for Billet -Steel Bars for Concrete Reinforcement", A.S.T.h4. A-15 grade 40 or grade 50.
600-3.0 Details of Construction
These general and detailed specifications govern the excavation, trenching, backfilling,
handling and installation of various kinds of pipe, construction of manholes, installing
fittings, valves, air valves and other work required for the_construction of the water
distribution mains and accessories all as shown on the plans and as called for herein. The
Contractor shall furnish all material, equipment, labor and superintendence necessary to
complete the construction of all the work as shown on the plans and as called for in these
specifications.
600-3.1 Surface Preparation
One or more acceptable types of pipe may be used. As such, the Contractor shall
have the option of installing any of the acceptable types, provided only one type is
used throughout any single size designation or run of pipe.
3.1.1 WITHIN EASEMENTS, CULTIVATED OR AGRICULTURAL
AREAS
All vegetation, such as brush, sod, heavy growth or grass or weeds, decayed
vegetable matter, rubbish and other unsuitable material within the area of
excavation and trench side storage shall be stripped and disposed of.
Topsoil shall be removed from the area to be excavated and stockpiled, or, the
Contractor may elect to import topsoil to replace that lost during excavation.
Topsoil shall be removed to a depth of 8 inches or the full depth of the topsoil,
whichever is less.
3.1.2 WITHIN UNPAVED ROADWAY AREA
The Contractor shall strip that cover material from graveled roadways or other
developed, but unpaved traffic surfaces to the full depth of the existing surfacing.
The surfacing shall be stockpiled to the extent that it is acceptable for restoration
purposes.
3.1.3 WITHIN PAVED AREA
The removal of pavement, sidewalks, driveways or curb and gutter shall be
performed in a neat and workmanlike manner. The width of the cut shall exceed
the width of the trench at the subgrade by at least 12 inches on each side of the
trench.
Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a
power saw to a depth of 2 inches prior to breaking. The concrete shall be cut
vertically in straight lines and avoiding acute angles.
Any overbreak, separation or other damage to the existing bitumen or concrete
outside the designated cut Iines shall be replaced at the Contractor's expense.
600-10
Excavated paving materials shall be removed from the jobsite and shall not be
used as fill or backfill.
Crossings under sidewalks, curbs'and gutters or other utility lines may be made by
tunneling only if approved by the City Inspector.
600-3.2 �sures
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. Allsafety measures shall meet the
requirements of The Texas Manual on Uniform Traffic Control Devices,
The Contractor will be held responsible for all damage tothework 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 Contractors 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.
Rules and regulations of local, state and Federal authorities regarding safety provisions
shall be observed.
OSHA's regulations for excavations, trenching, and shoring shall be included in the
Special Specifications.
600--3.3 Protection of Existin2Underground Utilities:
The Contractor shalt proceed with caution in the excavation and preparation of the trench
so that the exact location of underground structures, both known and unknown, may be
determined. If required, the Contractor shall excavate and locate existing underground
utilities ahead of trench excavation in order that necessity for grade changes may be
ascertained in advance. The Contractor shall be held responsible for the repair of such
structures when broken or otherwise damaged because of carelessness on his part. Hand
excavation shall be used where necessary. The Contractor shall notify local utilities
whenever working near gas mains or services or near electrical or telephone cables or
�vhen the presence of these utilities is suspected in the area of constnlction.
600-3.4 '*Excavation and Trenchin
In order to obtain a true, even grade, the trench shall be fine -graded. The material for fine
grading shall be free of rocks, roots, grass or any other debris. The depth of the fine
grading material shall not exceed three (3) inches. Where the trench is excavated in
excess of three (3) inches below grade, the material shall be compacted to 95% Proctor
Density or shall be replaced with bedding material. if the material being excavated is
rock or other unyielding material, it shall be removed to a depth of three (3) inches below
grade and replaced with bedding material to grade. The grade shall be such that the pipe
will rest firmly on the bedding material throughout the entire length of the pipe cylinder.
The minimum width of the trench shall be the outside diameter of the pipe plus twelve
(12) inches and the maximum width shall be the outside diameter of the pipe plus
eighteen (l 8) inches. The trench shall be cut so that the maximum horizontal offset of the
trench walls from the bottom to the top of the trench (undercutting) shall be six (6)
inches.
600-I 1
Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of
the pipe and to permit the bottom of the pipe to rest firmly on the bottom of the trench
throughout the entire length of the pipe cylinder.
Trench digging machinery may be used to make the trench excavation except in places
where its operation would cause damage to trees, buildings, telegraph lines or other
existing structures either above or below ground, in such instances hand methods shall be
employed to excavate the trench at no additional cost to the owner.
Where necessary to prevent caving, the trench shall be adequately braced and shored.
The unit price bid per linear foot of pipe shall include the cost of furnishing, installing,
and removing the bracing and shoring.
The Contractor shall take all necessary precautions for protecting paved streets and drives
from being damaged by the trenching and baekfilling equipment.
All excavated material shall be placed in a manner that will not endanger the work or
damage existing structures.
There will be no classification of the excavated materials and the teml excavation shall
include all materials encountered in excavating the trench.
600-3.5 Pipe_ Installation
General: All pipe and accessories shall be handled, laid, jointed, tested for defects and
leakage and chlorinated in the manner herein specified.
Tnsnection: The pipe, fittings, valves, and accessories shall be inspected upon delivery
and during the progress of the work and any material found to be defective will be
rejected by the engineer and the contractor shall remove and replace such defective
material.
Responsibility for Materials: The Contractor shall be responsible for all material
furnished by him and he shall replace at his own expense all such material that is found to
be defective in manufacture or has become damaged in handling after delivery.
Handling Pipe and Accessories: All pipe, fittings, valves, 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 skids shall
not be skidded or rolled against pipe already on the ground.
In distributing the material at the site of the work, each piece shall be unloaded opposite
or near the place where it is to be laid in the trench. Coated and wrapped pipe shall be
handled in such manner that a minimum amount of damage to the coating will result.
Damaged coating shall be repaired in a manner satisfactory to the Engineer.
Pipe shall be placed on the site of the work parallel with the trench alignment and pipe
,with bell ends shall be placed with the bell ends facing in the direction to which the work
will proceed. 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.
600-12
Pipe Laying:
Alignment and Grade: All pipe shall be laid to the alignment as established on the
ground by the Engineer. Where grade is being maintained, as shown on the plans, the use
of batter board or laser beam will be required to 6ne grade the trench.
Whenever it is necessary to deflect pipe from a straight line either in a vertical or
horizontal plane to avoid obstructions, to plumb valves or where vertical or horizontal
curves are shown or permitted, the degree of deflection recommended by the
manufacturer ofthe-particularkind of pipe being laid and the _degree_of deflection shall be
approved by the Engineer.
Field cuts on concrete pipe shall be made at all points where, in the opinion of the
Engineer, it is necessary to preserve alignment or proper stationing for field connections.
Proper care shall be taken to preserve the interior and exterior linings. After the spiral
winding has been exposed, the winding shall be tack welded before being cut. In cutting
the spiral winding sufficient length shall be allowed to permit a later winding of at least
one-half turn on the bell or spigot ring. Where steel cylinder pipe is cut, the work shall be
done in such a way as to allow a snug fit with the bell or spigot ring. A continuous weld
shall be run on both the inside and the outside of the ring. The free end of the spiral shall
then be wrapped around the ring and its end shall be welded to the ring by running a weld
along each side of the rod for a distance of at least six inches. The entire cutting
operation shall be done under (lie direction of a representative of the pipe manufacturer -
Whenever the deflection in a joint exceeds the maximum deflection recommended by the
manufacturer, the Engineer may require that the joint be welded. Joints on pipe installed
in encasement pipe shall be flack welded or completely welded.
Manner of I-landling Pipe and Accessories into Trench: 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, fittings, and valves 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 as to prevent damage to the material in any way. Under no circumstance
shall pipe or accessories be dropped or dumped into the trench.
Cleaning and Inspection: Before lowering into the trench, the pipe shall be again
inspected for defects and cast iron pipe while suspended shall be lightly hammered to
detect cracks. Any defective, damaged, or unsound pipe or other incidental materials
shall be rejected.
All foreign matter or dirt shall be removed from the inside of the pipe, bells, spigots, or
arts 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. The open end of the
t.. pipe in the trench shall be plugged when pipe is not being laid.
Laying and Jointing Concrete Pressure Pipe: Just before making the joint, the gasket and
the inside surface of the bell shall be lubricated with film of soft vegetable soap
compound (flax soap) to facilitate telescoping the joint. The rubber gasket shall be
stretched uniformly as it is placed in the spigot groove to insure a uniform volume of
rubber around the circumference of the groove.
Metal spacers of proper thickness shall be held on the inside shoulder of the bell to
provide the proper space between abutting ends of 27 inch and larger pipe. The joint
600-13
shall be telescoped by pulling directly along the center line of the pipe so that The spigot
enters squarely into the bell. After the spigot has been telescoped into the bell, the bell
end of the pipe being laid shalt be moved in accordance with the plans to secure proper
grade and alignment. _After the joint is in place, a thin metal feeler gauge shall be.used to
check the position of the rubber gasket around the circumference of the joint.
After the spigot has been telescoped into the bell, the joint checked and found
satisfactory, a burlap wrapper shall be placed around the pipe covering the joint. The
burlap -type wrapper shall be hemmed at each edge to allow threading with a steel strap to
securely fasten the wrapper around the pipe by means of a stretcher and sealer. The
length shall be that required to encircle the pipe, leaving enough space between the ends
at the top to allow the cement mortar to be poured. The entire joint shall be poured with
cement mortar and rodded or agitated to eliminate voids and settlement. Any joint
showing shrinkage or excessive cracking shall be cleaned and remade. In hot weather,
additional measure may be required to obtain the best quality of joint, such as additional
%vet burlap, curing membrane, or immediate careful and well -controlled backfilling of the
joint with damp earth.
Where size permits, the inside joint recess shall be filled from the inside with mortar and
finished off smooth with the inside of the pipe by hand troweling after the pipe has been
backtilled. The inside joint recess on pipe smaller in diameter shall be filled by buttering
the bell end with mortar immediately prior to placing the pipe together. After the joint is
engaged, the interior of the smaller diameter pipe shall be swabbed to smooth and clean
the joints.
At times when pipe laying is not in progress, the open ends of pipe shall be closed by
approved means, and no trench water shall be permitted to*enter the pipe.
Laying <and -Jointing Ductile Iron Pine: The gasket seat in the socket, the rubber gasket
and the plain end of the pipe to be laid should be wiped clean. After placing a length of
pipe in the trench, the plain end of the pipe should be then aligned and started into the
socket so that it is in contact with the gasket. Sufficient force then must be exerted on the
entering pipe so that the plain end is moved past the gasket and makes contact with the
base of the socket. The joint may be deflected but never to exceed manufacturer's
recommendations.
Unless otherwise directed, pipe shall be laid with bells facing in the direction of laying;
and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up
grade.
Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat
workmanlike manner without damage to the pipe or the cement lining.
The jointing shall be completed for all pipe laid each day, in order not to leave open
joints in the trench over night. At the times when pipe laying is not is progress, the open
ends of pipe shall be closed by approved means, and no trench.water shall be permitted to
enter the pipe.
No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for
such work, except by permission of the Engineer.
Laving and Jointing PVC Pjpe: The trench bottom should be constructed to provide firm,
stable, and uniform support for the full length of the pipe. Bell holes should be provided
at each joint to permit proper joint assembly and pipe support. Any part of the trench
600-14
bottom excavated below grade should be backfilled to grade and should be compacted as
required to provide firm pipe support. When an unstable condition is encountered which
will provide inadequate pipe support, additional trench depth should be excavated to a
depth not less than three inches-(TI-below--the.-pipe subgrade over the entire width of the
trench and shall be replaced with granular material conforming to specifications for
gravel for pipe embedment as stated herein. Such material shall be thoroughly compacted
over the entire trench width to the grade established for the bottom of the pipe. Ledge
rock, boulders, and large stones should be removed to provide four (4) inches of pipe
cushion.
Lay_in�and 3ointinQ Asbestos -Cement Pipe
_. The pipe shall be lowered in the trench with the couplings and rings on the pipe and shall
be placed with care on the previously prepared trench bottom. The couplings shall be
assembled as recommended by the manufacturer's recommendations.
Joints made between asbestos -cement pipe and cast iron pipe or fittings shall be made by
entering the special machine3'3" pipe or machine adapter into standard cast iron bell.
The joint shall then be finished in accordance with specifications herein for cast iron pipe
fittings.
When it is necessary to cut pipe, it shall be done with a cutting device approved by the
Engineer, in such a manner as to make a clean even cut. No cutting with axe or chisel
will be permitted.
Proper implements, tools, and equipment should be used for placement of the pipe in the
trench to prevent damage. Under no circumstances should the pipe or accessories be
dropped into the trench. All foreign matter or dirt should be removed from the pipe
interior. Pipe joints should be assembled with care to the depth recommended by the
manufacturer.
600-3,6 Backfiliin
All trenches and bell holes for all types of pipe, valves, and fittings regardless of the
location shall be backfilled with selected backfill material free from rocks, boulders, or -
other unsuitable material. The backfill material shall be thoroughly compacted with
mechanical or hand tamps to midpoint of the pipe.
In existing paved streets the backfill above the midpoint of the pipe shall be compacted
with mechanical or hand tamps to 7-112 inches below existing paving. In areas where
paved streets are not existing the backfill to a point twelve (12) inches above the pipe
shall be placed by hand and shall be carefully selected material free of rocks, boulders,
clods, organic material, or other debris and Iightly compacted prior to placing remaining
backfill. The balance of the backfill may be placed in the ditch by hand or by mechanical
equipment. No backfill material shall be dropped directly on exposed pipe.
The backfill shall be consolidated by forcing water into the backfill at two (2) feet above
the level of compacted material until the water level rises to within eighteen (18) inches
of the natural ground surface. Care shall be taken not to flood the ditch or saturate the
pipe embedment. The water shall be forced into the backfill at location not more than ten
) feet apart.
i
Maintenance of Backfilled Trench; After the trench has been backfilled in the above
method, the right-of-way shall be cleared of all rocks larger than one and one-half (1-1/?_)
600-15
inches in diameter and leveled so that the surface will have the same slope and
appearance as it possessed before the Contractor began work. All surplus material shall
be )oaded and wasted at the Contractor's expense, at a location approved by the Engineer.
The above shall include all excavated materials and all rocks or hard lumps which still
remain after blading the area back to the original ground grade. Furrows which tend to
gather after blading shall be removed, together with excavated material which has drifted
or otherwise covered private property.
As the construction work progresses, the contractor will be required to keep the jetting of
the backfrll and clean up just as close behind the pipe laying andbaekfilling as possible.
Following the completion of the backfilling the Contractor shall maintain the street and
trench surfaces, in a satisfactory manner until final completion and acceptance of the
work. The maintenance to include blading from time to time as necessary, filling
depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the
request of the Engineer and otherworkrequired to keep the streets and roads in
satisfactory condition for traffic. The Contractor shall maintain and be responsible for all
paving cuts until such time as City Forces shall repair cuts with asphalt.
600-3.7 Seitine V-hves. Vahye Boxes and Fittinps
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.
600-3.8 Underground_and Overbead Utilities and Structure
The approximate location of all known water mains, gas mains, storm sewers, and
sanitary sewers are shown on the plans. However, the consumer service lines from these
utilities are not known.
The Contractor will be required to locate all utility lines, including customer service lines,
far enough in advance of the trenching to make proper provisions for protecting the lines
and to allow for any deviations that may be required from the established lines and
grades.
The Contractor will not be allowed to disrupt the service on any utility lines except
customer service lines, which may be taken out of service for short period of time
provided the Contractor obtains permission from the Engineer and from the owner of the
premises being served by the utility.
The Contractor shall immediately notify the proper utility company of any damage to
utility lines in order that service may be established with the least possible delay. Any
damage to existing lines and the repair of customer lines which are authorized to be cut
shall be at his own expense, and as directed by an official representative of the utility
company involved.
All utility lines shall be properly supported to prevent settlement or damage to the line
both during and after construction. The cost of supporting utility lines shall.be included
in the unit price bid per foot of pipe.
600-16
Any permanent relocation of existing utility lines shall be done by the proper utility
company without expense to the Contractor.
Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of tunnelling
shall be included as a part of the cost of the pipe line.
600-3 9 Removing Favement
General: Wherever it is necessary to make cuts in existing pavements, sidewalks,
driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the
least possible damage to adjoining surfaces.
Removal of Asphalt Paving: In removing asphalt pavement, the asphalt surface shall be
cut along each side of the trench ahead of the trenching machine and the surfacing and
base removed with the trenching machine as the trench is excavated. The width of
surface removed by the Contractor is not to exceed the outside diameter of the pipe plus
thirty-six (36") inches. Any areas removed or damaged in excess of the above widths
will be charged against the Contractor's estimate at the estimated cost per square foot as
determined by paving engineer for payment to the City for replacing the excessive width
No separate_ payment will be made for cutting and removing asphalt paving and caliche
base, (lie cost of this work shall be included as a part of the cost of the pipe line complete
in place.
Removal of Concrete Paving: Removal of any sidewalks, concrete pavement, concrete
base, concrete curbs and gutters (where allowed) shall be made by cutting the concrete to
a straight line on each side of the trench and removing the concrete ahead of the
trenching. Normally, tunnelling will be required under curb and gutters. The width of
surface removed by the Contractor of concrete paving is not to exceed the outside
diameter of the pipe plus thirty-six (36") inches. Any areas removed or damaged in
excess of the above widths will be charged against the Contractor's estimate at the
estimated cost per square foot as payment to the City for replacing the excessive width.
Care shall be taken to preserve any reinforcement encountdred as well as possible.
Cutting of steel reinforcement will be allowed only at the approximate center of the
pavement cut. Payment for removal of concrete paving shall be included in the unit price
bid per foot of pipe installed.
600-3.10 Concrete Cradling and Blockine
Where concrete cradling is used, the concrete shall conform to the concrete
specifications.
Before placing the concrete, a]I loose earth shall be removed from the trench. The
concrete shall be placed in the trench by the use of chutes extending to within three (3)
feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe
in such a manner as not to disturb the grade and alignment of the pipe. The concrete shall
be of such consistency that is will flow without separation of the aggregates.
At locations shown on the plans or as directed by the engineer, the contractor will be
required to cradle the pipe or block the fittings.
" 600-3.11 Anchorage of Bends and Plus. Etc.
Concrete shall be used for blocking the pipe, plugs, and fittings and shall conform to the
concrete specifications.
600-17
"The blocking shall be placed, as directed by the engineer, between solid ground and the
fitting to be anchored: the area of bearing on pipe and on the ground in each instance
shall be ]hat required by the engineer. The blocking shall be so placed that the pipe and
fitting joints -will be assessable for repair. The soil bearing value for thrust backing shall
be recommended by the pipe manufacturer, and in the absence of such recommendation,
the allowable bearing value shall not exceed 30001bs. per square foot.
600-3.12 Hydrostatic Tests
Pressure During, Test: After the pipe has been laid, the line shall be subjected to a
hydrostatic pressure test -and leakage test. Tire -line shall be tested_atS_0_p.s.i. pressure.
Duration of Pressure Test: The duration of each pressure test shall be as directed by the
engineer but shall not exceed for (4) hours.
Proce ure: Each valved section of pipe shall be slowly filled with water at the specified
I
est pressure measured at the point of lowest elevation. Pressure shall be applied and
maintained by means of a pump connected to the pipe in a satisfactory manner. The
pump, pipe connection, and all necessary apparatus except meters shall be furnished by
the contractor, and the contractor shall famish all necessary labor for connecting the
pump, meter, and gages. The water for filling and making tests on these mains may be
obtained at a location designated by the engineer. No charge will be made for water used
for this purpose.
As the line is being filled and before applying the test pressure, 0 air shall be expelled
from the pipe. To accomplish this, taps shall be made, if necessary, at points of highest
elevation. After the test, the taps shall be tightly plugged.
During the time the test pressure is on the pipe, the line shall be carefully checked at
regular intervals for breaks or leaks. Any joints showing appreciable Ieaks shall be
repaired and any cracked or defective pipes or fittings shall be removed and replaced with
sound material in the manner provided and the test shall be repeated until satisfactory
results are obtained.
Leakage Test: After all defects have been satisfactorily repaired and all visible leaks
stopped, a leakage test shall be made on each valved section of the lines to determine the
quantity of water lost by leakage. The contractor shall furnish all labor, material, and
equipment (except meters) required for making the test. The leakage shall be determined
by measuring the quantity of water supplied to each valved section of the lines, during the
test period, when the various sections of the lines are under pressure. 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:
I. = ND4P
7400
I. = Gallons Per Hour D = Nominal Pipe Diameter (in.)
N = Number of Joints P = Test Pressure (PSI)
600-18
If individual sections show leakage greater than the lit -nits specified above, tine contractor
shall at his own expense locate and repair the defective joints until the leakage is within
the specified allowance.
600-3 13 Sterilization of Pipe Lines
The contractor shall furnish all labor, equipment and material necessary for the
chlorination of the new pipe lines which shall be sterilized before being placed in service.
The lines shall be sterilized by the application oflhe chlorinating agent. The chlorinating
agent may be a 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 cAntrolled 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
pipe lines for a period of not less than twenty-four (24) hours.
Samples shall be taken from the line and will be tested for bacteriologic growth by the
Texas Department of Health Laboratory. Samples will be taken twice in a forty-eight
(49) hour period not less than twenty-four (24) hours apart.
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.
_ . 600-3.14 Clean-up
Alter the construction is completed and before final acceptance by the City, the contractor
shall remove all rubbish, excess materials from the excavation and other debris from the
site of the work and all trench surfaces shall be bladed as heretofore specified. The cost
of cleanup shall be included in the bid price per foot of pipe installed.
600-3.1S Paving Repair
The contractor shall contact the Street Department at (806) 767-2606 and notify them of
proposed street/alley cuts. Paving repair shall comply with the latest revision of the
"Pavement Cut Repair Specifications" of the Street Department. A copy of these
specifications can be obtained at the Street Department located at 600 Municipal Drive.
600-19;;
PIPE ENCASEMENT
corrugated steel in
ete grout
t block ,
— chonnets
as needed
groutBore wall
Concrete
.►$al��►,Ialalali��:1�$a''�:t$w�wlal''1s!
galvanizedcorrugated
AIR and VACUUM RELIEF
VALVES
i
275 lb. frame and cover
pipe and screen
l.ip 3 -O" above1
natural ground
Natural ground
Manhole centered over
Mange
or pavement
»
Nalurol/
..—•_-12"min. cover
446 bars fi O,C.
ground
ea. way
slob w/
� � o
�
Imo•
°'• !r
t
X
. y•
varies Steps 12„ O.C.
.
°
Comb. air' rcbose
and air Intel
•
°
x
*k5 verl. inner face
O.C.
2" !longed
k 5 horlx. outer I'm
°
ate valve
B O.C.
;2 blind flange,,,,°
I
z
qh ndwhee
T
°
Flange as spec.
MAIN . A
e
•
tr ;` ° -•e • I" crushed rock
-e...,ti .•. . 2 sand cushion
.�
�
(o
�• 4•-0 min.
c
O.D. Pipe • 24 min.
6'-0"
min. length
9.,
94
9„
g„
C)
m
A A
v.
CID
0 8" MIN�j
x
1/2" EXPANSION JOINT
-COUPLING ADAPTER
ip
vx
M o
;---BUTTERFLY VALVE M M2
M
1/2" EXPANSION JOINT
fill,=: ]IH =---I 11fMil
M IM111 E
=IIII
I VARIES
M
m
m
m
r
z "\)
04
i ul
T r,
on
< in -n
rn z :0
--�9>
m
m m
m< > Z
zo
z m 0
C 0 0
r- <
M M
x
600=13
r •t
J T
BEND
W1.7rd
1
BLIND TEE
TEE
VA LV E
Vt-1-SET
9 •�+ fir:
WYI~ -
CLASS"B„ CONCRETE
THRUST BLOCKING
� ,
VERTICAL BEND \�
,- ,A
PIPE EMBEDMENT FOR WATER
LINES -16" AND LARGER
O.D. - 18" MAX.
O. D. + 12 "MIN.
�q
I A13LE P—Z—TRENCH S1tOrvNG—iv immuM REOUMEMENTS
Siza and spacing of memboro
Vpllghts
Stringers
Gloss bteeOS 1, Width of trench
Maximum spacing
Ocolh of
Kind or condition of earth
Uencn
MmtmUm
6laximum
ktinirrium
Maximum
Up to ]
] to 6 too!
6 to 0 toot
9 10 12
12 to SS
Vorticst
NorltonlQ
dimension
spacing
d�manston
Spacing
to
loot
tool
Feet
Inches
Feet
Inchon
Feet
lnchos
Inehos
Inetios
Inches
Inches
Foot
Fact
Sto 10
Hard, compact,.««.,.,_...«._�,.,
3X4 or
2X6
6
..«._,..._ ....................,,.........
2X6
4X4
4X6
6X6
axe
4
6
Likely to
or
2X6
3
4X6
4
2x8
4X4
4XO
'6X6
OX8
4
6
Close
SOtt, sandy, or fitted..,...,...«»,«,.
3x4 or
2X6
sheeting
4X6
4
4X4
4X6
6X6I
6X8
OX8
4
6
Close
Hydrostatic pressure—
3X4 or
2X6
shccling
6x8
1 a
4X4
4X6
6x6
OX6
8X8
4
6
1010 SS
Hard.«.,»»«.,�..«..�,.««...,.«...,.
3X4 or
2X6
4
4x6
4
4x4
4X6
6x6
axe
axe
4
a
Likely to crack « «« r r.
3 x 4 or
2X6
2
4X6
4
4x�
4X6
ex6
6X8
axe
...
a
._._.,».�
Close
SotL sandy, or Gllcd.«:..«_,..
]x4 or
2X6
shecling
4x3
4
4X0
8x6
exit
axe
ex10
4
6
Close
xydreslakluffssuro,.._«,«.........
3X6
shccling
8X10
4
4X6
6X6
6X6
OX8
8X10
4
6
Close
t3lo2o
AralnOsorcondlions..,,_ «.««
WOx6
shculing
4xt2
4
4Xf2
6X8
axe
oxio
fox To
+
d
Close
Ovet20
All klndsof-ond;lIons.....»....,._,.
3X6
sheeting
6X8
4
4X12
axa
6X10
10X.10
10X12
4
O
'Trenen lacks may be used in liou of, or in eomb,*nalien with, crOS9 braces,
61,01mg is not reptntod in solid rock, hard shale, or hard slag,
Where dcSilaUO. SM41 shoot Ong and busing of equal strunglh may be subsGlulcd lot wood.
62
TRENCH JACKS IN
TRUE HORIZONTAL
POSITION AND SPACED
VERTICALLY
Uprights
AVOID DANGEROUS OVERHANGS!
ALL MATERIALS USED FOR SHORING SHALL BE IN GOOD CONDITION,FREE
OF DEFECTS AND OF AT LEAST MINIMUM SIZE SHOWN IN ACCOMPANING
CHART.
SHORING SHALL CLOSELY FOLLOW THE EXCAVATION.
G00-27
clezts
Stringers
i
ONE EXAMPLE OF
SEVERAL TYPES
OF SHEETING Sheet Pilings
Uprights�
Braces
l
Snail
Trenching machine
TRENCH SHIELD
600-28
-Tamper
,Z,/ /,-
///
�SOGNATED LO�CATIO�VS �
�� iESN1l ALLEYS
�. SEW'E
LL1ieQCK TEXAS GAS MAIN
i E W R KAM
!s';s'1 1 1 1
TY►C LOT _
i t
No Text
SECTION 602
STANDARD SPECIFICATION FOR SANIATARY SEWER MAIN
CONSTRUCTION
CITY OF LUBBOCK, TEXAS
WATER UTILITIES DEPARTMENT
SECTION 602
STANDARD SPECIFICATIONSFOR SANITARY SEWER MAIN CONSTRUCTION
INDEX
Paragraph
Title
Page
602-1.0
General............................................................. ....
602-1
602-1.01
Approved Plans....................................................602-1
602-1.02
Inspection............................................................602-1
602-1.03
Guarantee and Acceptance...................................602-1
602-1.04
Specifications.......................................................602-1
602-2.0
Materials...............................................................602-2
602-2.01
Vitrified Clay Pipe and Fittings...........................602-2
602-2.02
Polyvinyl Chloride Pipe (Gravity Flow) .............
602-2
602-2.03
Polyvinyl Chloride Pipe (Force Main).................602-2
602-2.04
Polyvinyl Chloride Spiral Wound ........................602-2
602-2.05
Polyethylene.........................................................602-3
602-2.06
Ductile Iron Pipe ..................................................
602-3
602-2.07
Precast Reiforced Concrete Manholes ........ .........
602-3-4
602-2.05
Manholes Frames and Covers..............................602-4
602-2.09
Concrete and Motar..............................................602-4
602-2.10
Reinforcing Steel .................................................
602-4
602-2.11
Forms ............................................ .......... —..........
602-4-5 ,.
602-2.12
Curing Compound ...........................................
.602-5
602-2.13
Embedment..........................................................
602-5 ..
602-3.0
Gravity Flow Sanitary Sewer Pipe
Installation...........................................................
602-5-6
602-3,01
Surface Preparation..............................................602-6-7
602-3.02
Barricades and SafetyMeasures ..........................
602-7
602-3.03
Protection of Existing Underground
Utilities................................................................
602-7
602-3.04
Trench Excavation .................
602-3.05
Dewatering...........................................................602-9
602-3,06
Laying, Aligning and Joining Pipe ......................602-10-I1
602-3.07
Backfilling Around Pipe......................................602-11
602-3.08
Surface Restoration..............................................602-11
602-3-09
Clean Up ............................................ ..................
602-11
602-3.10
Manhole Construction..........................................602-12-14
1
602-3.11
Connection to City Sewerage System..................602-14
602-3,12
Tees for Service Connection ........... .....................
602-14
602-3.13
Inspection, Testing, Approval and Acceptance
of Gravity Flow Sanitary Sewers.........................602-14-18
-
602-3.14
Inspection, Testing, Approval and Acceptance
of Manholes ................................. .........................
602-18-19
602-3.15
Restoration and Clean Up ....................................
602-19-20 }
602-3.16
Construction Details
Standard Mahole..................................................
602-9-1
DropManhole ......................................................
602-22
Drop Tie To Existing Manhole ......................... ...602-23
Inside Drop Manhole .........................................
602-24
Outside Drop Manhole.........................................602-25
Teesand Wyes.....................................................
602-26 ,
Junction or Bend In Manhole ............... ............602-27
Special Bedding for VCT Pipe...... ......................
602-28
Special Bedding for PVC Pipe ............................
602-29
Trench Shoring -Minimum Requirements ............
602-30-32
Industrial Waste Monitoring Manhole.................602-33
CITY OF LUBBOCK, TEXAS
WATER UTILITIES DEPARTMENT
SECTION 602
STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION
602-1.0 General: All sanitary sewer main construction within the City of Lubbock
sanitary sewerage system or for future connections to the City of Lubbock sanitary
sewerage system shall be accomplished in accordance with the requirements of these
specifications.
602-1.1 Approved. Plans: Sanitary sewer main construction shall be done in accordance
with engineered construction plans for the work, prepared under the direction of a
Professional Engineer and approved by the City of Lubbock Water Utilities Department
prior to construction. Plans shall conform with the City of Lubbock's Minimum Design
Standards for Sanitary Sewer and shall show all information called for on the "City of
Lubbock Check List for Sanitary Sewer Main Construction Plans."
602-1.2 Inspection: All work shall be inspected by a representative of the Water Utilities
Department, hereinafter called "City Inspector," who shall have the authority to halt
construction when, in his opinion, construction is being performed contrary to these
specifications or other approved plans, specifications and materials. Whenever any
portion of these specifications is violated, the Director of Water Utilities, by written
notice, may order that portion of construction which is in violation of these specifications
or other approved plans, specifications and material to cease until such violation is
corrected.
602-1.3 Guarantees and Acceptance: A1I 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
j work as a result of defective materials or workmanship, at no cost to the Owner (City of
Lubbock).
The determination of the necessity during the warranty period for the Contractor to repair
or replace the work in whole or in part shall rest with the Director of Water Utilities.
602-1.4 Specifications: All standard specifications and quality standards; i.e., ASA,
( AWWA., ASTM, etc., which are made a portion of these specifications by reference shall
t _ be the latest edition and revision thereof.
602-2.0 Materials: Materials approved for sewer line construction are as described in
the following paragraphs. .
602-1
602-2.1 _Vitrified Clav_I'ine and Fittings
Vitrified clay sewer pipe and fittings shall conform to the requirements of the latest
revision of A.S.T.M. Specifications C-700 for Clay Sewer Pipe.
The Diameters of every acceptable hub or socket shall be ample to permit the insertions
of the spigot to the full depth of the socket and to provide an annular space around the
entire circumference of sufficient size to permit the proper jointing of the pipe. Any
projection on the end of a spigot or on the shoulder of a socket may be removed by
chipping; if this can be done without injury to the pipe.
Pipes intended to be straight shall have a maximum deviation 1/8 inch per foot of length
as measured from a chord across the concave side. Acceptable pipe shall be laid with the
curvature in a horizontal plane.
All clay pipe shall be tested and inspected in accordance with A.S.T.M. specifications at
the factory and shall be inspected by the Engineer prior to installation. The Engineer
shall inspect the pipe for roundness, cracks, broken sockets, broken blisters, glaze faults
and dimension variations and shall reject all pipe that does not conform to the A.S.T.M.
Specifications.
602_-2.2 Polvvinv_l Chloride Pipe (Gravity Flow
PVC pipe shall conform to the requirements of the latest revisions of A.S.T.M F-679 and
D-3034 for SDR 35 sewer pipe. The pipe shall be jointed with an integral bell, bell and
spigot type rubber gasketed joint. Each integral bell joint shall consist of a formed bell
complete with a single rubber gasket. Gaskets shall conform to ASTM F477. The length
of joints shall be 20 feet I one inch.
PVC pipe shall be installed in accordance with the manufacturces recommendations and
shall not exceed five percent (5%) deflection. PVC pipe exceeding 5% deflection shall be
replaced by the contractor at his expense. The minimum pipe stiffness factor shall be 46
p.s.i.
602-2.3 Polvvinvl Chloride Pine (Force Alain)
PVC (Pressure Rated Pipe) shall conform to the requirements of ASTM D2241 for SDR
26, 1PS, 160 p.s.i. pipe. The pipe shall be joined with an integral bell, bell and spigot
type rubber gasketed joint. Each integral bell joint shall consist of a formed belt
complete with a single rubber gasket. Gaskets shall conform to ASTM F477. The length
of joints shall be 20 feet +- one inch.
602-2.4 Pohvdnvl Chloride Pipe Spiral Wound
PVC (spiral wound) pipe and fittings shall conform to the requirements of the latest
revision of A.S.T.M. F 794 for large diameter ribbed gravity sewer pipe.
PVC Spiral Wound Pipe shall be installed in accordance with the manufacture's
recommendations and shall not exceed five percent (5%) deflection. PVC Spiral Mound
Pipe exceeding 5% deflection shall be replaced by the Contractor at his expense. The
minimum pipe stiffness factor shall be 46 p.s.i.
602-2
002-2.5 Po vethvlene Pipe
The pipe shall be made of high density, high molecular weight polyethylene pipe material
meeting the requirements of ASTM F 894 - latest revision.
Rubber gaskets shall comply in all respects with the physical requirements specified in
the non -pressure requirements of ASTM Specifications C-443.
Polyethylene pipe shall be installed in accordance with the manufacturer's
recommendations -and shall not exceed five percent (5°/0) deflection. Polyethylene pipe
exceeding 5% deflection shall be replaced by the contractor at his expense.
602-2.6 Ductite Iron Pipe
The pipe shall conform to ANSI/ASTM specifications A746-77 or latest revision for
Ductile Iron Sewer Pipe and shall have a 30 mil thickness epoxy lining on the interior and
exterior coating of coal tar pitch confonning to requirements of Federal Specifications
W W-P-421.
All joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when
otherwise shown on the plans and where connecting to flanged fittings, and shall conform
to the base specifications to which the pipe is manufactured.
Fittings shall be A.W.W.A. Standard Class "D" bell and spigot type or an approved
gasket joint for the particular type of pipe used and designed for the pressures of the pipe
except as shown on the plans. Flanged fittings where required, shall be 125 pound
American Standard. All fittings shall be lined with 30 mil thickness epoxy lining on the
interior and exterior shall be coated with an asphalt paint.
602-2.7 Precast Reinforced Concrete Manholes
Manhole barrel, cone, and extension sections shall be constructed of precast concrete. A
plant inspection may be required for production facility inspection and to review record -
keeping for material certification. The manufacturer must provide certification that all_
materials used for manufacturing meet with the following ASTM Specifications.
Aggregates
ASTM C- 33
Cement
ASTM C-150
Sampling Specimens
ASTM C- 39
Reinforcing
ASTM C-185
Sand and Mortar
ASTM C-144
Precast concrete sections for manholes shall conform to ASTM C-478 specifications.
Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi.
Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications.
Joints, excepting grade rings, shalt be tongue and groove or an equivalent male and
female type Joint as approved by the Engineer. All joints shall be effectively jointed to
prevent leakage and infiltration. All connections between wall sections shall be joined
with Conseal Joint Sealant or approved equal to provide a watertight manhole. This
sealant will be provided by supplier and will be considered an essential part of each
Shipment.
602-3
All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be
reinforced with the same percentage of steel as risers and tops and will also meet ASTM
C-478 specifications. Adjusting rings, as well as all precast concrete manhole products,
shall be smooth, uniform in size and dimensions, consistent in components throughout
and free of voids or honeycombs.
All manholes shall be designed to withstand 11-20 AASHTO loading. They shall also
have lifting holes that do not protrude through manhole wall; one full inch of concrete
thickness must remain between lift hole and outside wall of manhole.
602-M A'lanhole Frames and Cover
Manhole frames and covers shall be of good quality gray iron casting and conform to
A.S.T.M. Designation A48 (latest revision), having a clear opening of not less than 22
inches. The casting shall be designed with a full bearing ring so as to provide a
continuous seat between frame and cover. The cover shall be fumished with lifting ring
cast into the cover in such manner as to prevent water leaking through. Frame and cover
shall have a weight of not less than 275 pounds. The manhole ring and cover shall be
Wcstem Iron Works #40 or approved equal. The cover shall include lettering, City of
Lubbock, Texas sanitary sewer.
602-2. _Concrete and Mortar
Cement - Portland cement shall conform to A.S.T.M. C-150 specifications.
Aggregate - Fine and coarse aggregate to be used in concrete sliall conform to A.S.T.M.
C-33 specifications.
Mortar and Sand - Sand to be used in cement mortar shall conform to ASTM C-144
specifications.
All concrete (Class A) for manhole bottoms, piers and other reinforced concrete
structures shall contain not more than 7.0 gallons of water per sack of cement. All
concrete (Class B) for pipe cradling, blocking of fittings, and other non -reinforced
concrete shall contain not more than 9.0 gallons of water per sack of cement. Surface
moisture or moisture carried by the aggregates shall be included as part of the mixing
water. Class A concrete shall have a minimum 28 day compressive strength of 3,000
p.s.i. and Class B shall have 2,500 p.s.i.
602-2.10 Reinforcine Steel
All reinforcing steel shall conform to current A.S.T.M. specifications A-15, A-16, or A-
305. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric.
Reinforcing bars shall be in the deformed bar type.
All reinforcement shall be permanently marked with grade, identification marks or shall,
on delivery, be accompanied by a manufacturer's guarantee.
602-2.11 Forms
Forms for all concrete work shall be of wood or approved metal forms. Wood sheeting
forming surfaces exposed to sight or weather shall be plywood or plpvood lined of a
quality to produce smooth surface, free from excessive form marks and shall meet the
602-4
approval of the Engineer before use. The same type of form shall be used for all exposed
portions of the work.
Forms shall be constructed true to lines, -grade's -and -sections shown on the plans and shall
be mortar=tight and sufficiently rigid to prevent displacement of sagging between
supports. Wall forms shall be set plumb and true and rigidly braced to maintain them in
correct position and alignment. Temporary openings for cleaning and inspection shall be
provided at the base ofvertical forms or other places where necessary. Such openings
shall be neatly and securely closed before concrete is placed.
Form ties approved by the Engineer shall be adjustable in length -and of such typ"s-to
leave no metal closer than 1 inch of the surface, and shall not be fitted with lugs, cones,
washers, or other devices acting as a spreader which will leave a hole larger than 7/8 inch
in diameter or depth back of the exposed surface of the concrete. Wire ties will not be
permitted.
602-2.12 CurinZ,Comnound
Compounds used to form an air tight membrane over a fresh concrete surface shall be in
accordance with Texas Highway Department Item 531.2.
602-2.13 Embedment
The embedment shall be crushed stone with irregular surfaces and comply with the
following gradation requirements.
% By Weight
Retained on I" Sieve 0
Retained on 7/8" Sieve 0 - 2
Retained on 3/4" Sieve 15 - 35
Retained on 5/8" Sieve 55 - 100
Retained on 3/8" Sieve 95 - 100
Retained on No. 10 Sieve 99 - i00.
602-3.0 Gravity Flow Sanitary Se-wer Pipe installation
3.01 SCOPE
The -,work covered by this Specification consists of constructing gravity flow
sanitary sewers, including appurtenances normally installed as a part of this
system. Construction may include surface preparation; trench excavation;
shoring, dewatering; lay, align and join pipe installation of appurtenances;
bedding and backfilling; surface restoration and other related work.
3.02 QUALITY STANDARDS
The latest published revision of the quality standards in effect shall apply.
AASHTO T 99: Moisture -Density Relations of Soils, using a 5.5 lb.
Rammer and a 12 inch Drop
ASI'M A 746: Ductile Iron Gravity Sewer Pipe
(ANSI)
602-5
ASTM C 12:
Installing Vitrified Clay Pipe
Lines
AWWA C -600:
Installation of Gray and Ductile
Cast Iron
(ANSI)
Water -mains and. Appurtenances
AWWA M 23:
Polyvinyl Chloride (PVC) Pipe Design and
Installation
UNI B 5:
Recommended Practice for Installation of Polyvinyl
Chloride (PVC) Sewer Pipe
ACPA
Concrete Pipe Installation Manual (Published by
American Concrete Pipe Association)
NCSPA Installation
Manual
Installation Manual for Corrugated Steel
Drainage Structures
(Published by National Corrugated Steel
Pipe Association)
LCP-4791
Semi -Rigid Truss Pipe Handbook
(Published by Armco, Construction Products
Division)
Vitrified Clay Pipe
(Published by National Clay Pipe Institute)
Handbook :
3.03 1 ATEIUALS
The Contractor shall install sanitary sewer pipe of the type, diameter, wall -
thickness an protective coating that is defined in the Special Provisions or
designated by the City of Lubbock Water Utilities Department.
602-3.1 Surface Preparation
One or more acceptable types of pipe may be used. As such, the Contractor shall
have the option of installing any of the acceptable types, provided only one type is
used throughout any single size designation or run of pipe_
3.1.1 WITHIN EASEMENTS, CULTIVATED OR AGRICULTURAL AREAS
All vegetation, such as brush, sod, heavy growth or grass or weeds, decayed
vegetable matter, rubbish and other unsuitable material within the area of
excavation and trench side storage shall be stripped and disposed of.
Topsoil shall be removed from the area to be excavated and stockpiled, or, the
Contractor may elect to import topsoil to replace that lost during excavation.
Topsoil shall be removed to a depth of 8 inches or the full depth of the topsoil,
whichever is less,
602-6
3.1.2 WITHIN UNPAVED ROADWAY AREA
The Contractor shall strip that cover material from graveled roadways or other
developed, but unpaved traffic surfaces to the full depth of the existing surfacing.
The surfacing shall be stockpiled to the extent that it is acceptable for restoration
purposes.
3.1.3 vnTmN PAVED AREA
The removal of pavement, sidewalks, driveways or curb and gutter shall be
performed in a neat and workmanlike -manner. The width of the cut shall exceed
the width of the trench at the subgrade by at least 12 inches on each side of the
trench.
Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a
power saw to a depth of 2 inches prior to breaking. The concrete shall be cut
vertically in straight lines and avoiding acute angles.
Any overbreak, separation or other damage to the existing bitumen or concrete
outside the designated cut lines shall be replaced at the Contractor's expense.
Excavated paving materials shall be removed from the jobsite and shall not be used
as fill or backfill.
Crossings under sidewalks, curbs and gutters or other utility lines may be made by
tunneling only if approved by the City Inspector,
602-3.2 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 works as may be necessary. All safety measures shall meet the
requirements of The Manual on Uniform Traffic Control Devices,
The Contractor shall be held responsible for all damage to the work due to failure of
barricades, signs, and lights to protect it, and when damageis 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.
Rules and regulations of local, state and Federal authorities regarding safety provisions
shall be observed.
OSHA's regulations for excavations, trenching, and shoring shall be included in the Special
Specifications.
602-3.3 Protection of Existing Underground Utilities:
The Contractor shall proceed with caution in the excavation and preparation of the trench
so that the exact location of underground structures, both known and unknown, may be
determined. If required, the Contractor shall excavate and locate existing underground
utilities ahead of trench excavation in order that necessity for grade changes may be
ascertained in advance. The Contractor shall be held responsible for the repair of such
structures when broken or otherwise damaged because of carelessness on his part. Hand
602-7
excavation shall be used where necessary. The Contractor shall notify local utilities
whenever working near gas mains or services or near electrical or telephone cables or
when the presence of these utilities is suspected in the area of construction.
602-3.4 Trench Excavation:
The Contractor shall excavate as necessary to attain the lines and grades at the locations
shown on the Plans or as staked in the field. All trench excavations shall be open cut,
unless otherwise shown on the Plans or approved by the City's Inspector. There will be no
classification of materials excavated.
The Contractor shall protect adjoining private and public property and facilities, including
underground and overhead utilities, curbs, sidewalks, driveways, structures and fences.
Disturbed or damaged facilities or property shall be suitably restored or replaced at the
Contractor's expense.
Excavatedmaterialsunsuitable for backfill or not required for backfill shall be disposed of
by the Contractor.
The Contractor shall prevent surface water from flowing into excavations. Water shall not
be permitted to rise in trenches that have not been backfilled. Any pipe having its
alignment or grade changed as a result of a flooded trench shall be relard at the
Contractor's expense.
Repose of excavation and use of shoring, sheathing, or trenching boxes shall conform to
current OSHA regulations and all state and local safety requirements.
3.4.1 TRENCH DU%4ENSIONS
3.4.1.1 Width
The width of the trench shall provide adequate working room for
installation, joining and proper compaction along both sides of the pipe.
Trenches shall conform to the following dimensions, unless otherwise
shown on the Plans.
NOMINAL SUE MAX M[JM TRENCH WIDTH MINt1vtUM TRENCH WIDTH
OF PIPE AT TOP OF PIPE AT PIPE SPRINGLINT
Less than 18" Pipe O.D. -t- 18"
18" thru 36" Pipe O.D. -+- 24"
37" tluu 60" Pipe O.D. + 30"
Pipe O.D. + 12"
Pipe O.D. + 18"
Pipe O.D. + 24"
The width of the trench above the top of the pipe may be as wide as
necessary for shoring, bracing or proper installation of the pipe.
Excavation in paved areas shaU be confined to a minimum practical width.
The Contractor may be required to take remedial actions defined by the
Water Utilities Engineer if the maximum trench width exceeds that shown
in the table. The specified remedy shall be at the expense of the
Contractor.
602-8
3.4.1.2 Depth
Trench depth shall be shown on the Plans as depth of bury or invert
grade: Pipe -trenches shall be excavated to provide a trench bottom that is
firm for its full length and width. Care shall be taken to prevent
excavation below the required depth.
Spongy material, organic matter, or fill material containing concrete,
asphalt or debris that is encountered during trenching shall be excavated
to the depth designated by the Engineer.
Areas over -excavated for the C ontractor's convenience shall be backfilled
' with suitable material and compacted to a density approximately equal to
the density of the adjacent soil, or backfilled with approved bedding
material at the Contractor's expense.
3.4.2 TRENCH -GRADING AND FINE GRADING
In order to obtain a true, even grade, the trench shall be fine -graded. The
material for fine grading shall be free of rocks, roots, grass or any other
debris. The depth of the fine grading material shall not exceed three (3)
inches. Where the trench is excavated in excess of three (3) inches below
grade, the material shall be compacted to 95% Proctor Density or shall be
replaced with bedding material. If rock or other unyielding material shall
be removed to a depth of three (3) inches below grade and replaced with
the bedding material to grade. The grade shall be such that the pipe will
rest fimily on the bottom of the trench throughout the entire length of the
pipe cylinder.
3A.3. EXCAVATION FOR STRUCTURES AND APPURTENANCES
Excavation for manholes, structures and other appurtenances shall be
sufficient to provide clearances adequate for proper backfill and
compacting on all sides. The depth of excavation, provisions for
dewatering, shoring and other applicable portions of these Specifications.
shall apply to excavation for structures and appurtenances.
All excavated material shall be stockpiled so as not to endanger the work
or workmen, and in a manner that will avoid obstructing sidewalks and
driveways.
602-3.5 Dewaterin:
All pipe trenches and excavation for structures and appurtenances shall be kept free of
,.. water during pipe laying and other related work. The method of dewatering shall provide
for a dry foundation at the final grades of the excavation. Water shall be disposed of in a
manner that does not inconvenience the public or result in a menace to public health. Pipe
trenches shall contain enough backfill to prevent pipe flotation before dewatering is
discontinued. Dewatering shall continue until such time as it is safe to allow the water to
rise in the excavation.
602-9
602-3.6 Lavine. AL)P- ng and Joining Pipe:
Sanitary sewer pipe shall be installed in accordance with the manufacture's
recommendations for installing the type of pipe used, unless otherwise shown on the Plans
or as directed by the Water Utilities Department.
Proper equipment, implements, tools and facilities shall be provided and used by the
Contractor for safe and convenient installation of the type of pipe being installed.
3.6.1 RESPONSIBILITY FOR IMATERIAL
The Contractor shall be responsible for all materials intended for the Work that are
delivered to the constructi6n site and accepted by him. Payment shall not be made
for materials found to be defective or damaged in handling after delivery and
acceptance. Defective or damaged materials shall be removed and replaced with
acceptable materials at the Contractor's expense.
The Contractor shall be responsible for the safe and proper storage of such
materials, until incorporated into the Work.
3.6.2 HANDLING
Pipe and accessories furnished by the Contracting Agency shall be unloaded and
distributed at the site by the Contractor. Each pipe shall be unloaded adjacent to
or near the intended laying location.
Pipe, fittings, specials, valves and appurtenances shall be unloaded and stored in a
manner that precludes shock or damage. Such materials shall not be dropped.
Pipe shall be handled so as to prevent damage to the pipe ends or to any coating or
lining. Pipe shall not be skidded or rolled against adjacent pipe. Damaged
coatings or linings shall be repaired by the Contractor, at his expense in accordance
with the recommendations of The manufacturer, and in a manner satisfactory to the
City's Inspector.
3.6.3 LAYING PIPE
The pipe and pipe coatings shall be inspected for damage or defects before being
placed in the trench. Damaged or defective pipe shall not be installed. Damage to
the coatings, linings, or pipe shall be repaired in accordance with pipe
manufacturer's recommendations.
After the trench has been properly fine graded, the pipe shall be laid in accordance
with the following specifications. Each length of pipe shall be inspected for defects
and shall be thoroughly cleaned before being lowered into the trench. Pipe laying
shall proceed up -grade with the spigot ends pointing in the direction of flow. All
pipe shall be laid true to the lines and grades as established by the Engineer, batter
boards or laser beam shall be used and each length ofpipe set to grade. Bell holes
shall be dug at each joint of sufficient depth to allow the entire length of the barrel
of the pipe to rest on the bottom of the trench and to allow ample space for
properly jointing the pipe.
602-10
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,
then open ends of the pipe shall be properly plugged. No pipe shall be laid in
water, or when trench conditions or weather is unsuitable for such work. If the
pipe is disturbed from line and grade after being laid, the pipe shall be removed
from trench, the joints cleaned and the pipe relaid.
The Water Utilities Department shall be notified at least 24 hours in advance of
when pipe is to belaid_m any trench. No pipes shall be covered or authorized for
cover until they have been inspected by the City's Inspector.
602-3.7 Backfilling Around Pine:
The backfill around the pipe and to a point 12" above the top of the pipe shall be carefully
placed and shall be loose top soil or finely divided caliche free of organic matter, rocks or
hard clods larger than two inches.
The remainder of the backfill that is above twelve inches (12") higher than the top of the
pipe at all locations, except under highway crossings and railroad crossings, shall be
backfilled with loose excavated material in 12" maximum layers and compacted by forcing
water into the backfill at the level of the top of pipe until the water level rises to within
eighteen inches of the natural ground surface. The water shall be forced into the backfill
at locations not more than ten feet apart.
In areas to be capped with concrete, the remainder of the backfill that is above twelve
inches (12") higher than the top of the pipe shall be backfilled with select excavated
material in 6 inch to 12 inch layers and compacted to 95% standard proctor density. The
moisture content shall be attained by prewetting and thoroughly mixing before applying
appropriate layers to accomplish desired compaction. All surplus material shall be loaded
and wasted at the Contractor's expense, at locations approved by the Engineer.
Following the completion of the backfilling the Contractor 'shall maintain the street and
trench surfaces, in a satisfactory manner until final completion and acceptance of the work.
The maintenance to include blading from time to time as necessary, filling depressions
caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the
Engineer and other work required to keep the streets and roads in satisfactory condition
for traffic. The Contractor shall maintain and be responsible for all paving cuts until such
time as City Forces shall repair cuts with asphalt.
602-3.8 Surrace Restoration:
All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged
by the Contractor shall be resurfaced in kind or as shown on the Plans.
607-3.9 Clean Up:
All rubbish, unused materials and other non-native materials shall be removed from the
jobsite. All excess excavation shalt be disposed of as specified by the City's Inspector, and
the right-of-way shall be left in a state of order and cleanliness.
602-11
602-3.10 Manhole Construction:
3.10.1 SCOPE
The work covered by this Subsection consists of constructing precast; pre -
assembled or field assembled manholes for sanitary sewers. Construction consists
of excavation; shoring; dewatering; subgrade preparation; construction of base;
placement and assembly of risers, cone, or tops; installation of ring, cover and
adjusting rings; backtSihng; surface restoration and other related work.
3.10.2 QUALITY STANDARDS
The latest published revision of:
ASTM C 891: Installation ofUnderground Precast Concrete Utility Structures
shall apply.
3.10.3 MATERIALS
The Contractor shall install manholes of the dimensions shown on the Plans.
3.10.4 MANHOLE BASE
Field poured concrete bases shall be at least 12 inches thick and not less than 1
(one) foot greater diameter than the outside diameter of the manhole riser section.
Concrete shall be minimum 3000 psi. Concrete placement shall conform to ACI
and good construction practices. Concrete shall be consolidated and struck -off to
a horizontal surface within the forms or pouring rings.
Field poured concrete bases shall be reinforced as detailed on the Plans or as
shown in the Standard Details.
Precast reinforced concrete bases shall be of the size and shape detailed on the
Plans or as shown in the Standard Details.
3.10.5 MANHOLES BARRELS
Manhole barrels shall be assembled of precast riser sections. Riser sections shall
be placed vertically with tongues and grooves properly keyed.
Invert channels shall be smooth and semi -circular in shape conforming to the inside
of the adjacent sewer section. Changes in direction of flow shay be made with a
smooth curve of as large radius as the size of the manhole will permit. Changes in
size and grade of the channels shall be made gradually and evenly. The invert
channels may be formed directly in the concrete of the manhole base or may be
half -pipe laid in concrete. The floor of the manhole outside the channel shall be
smooth and shall slope toward the channel not less than one inch per foot, nor
more than two inches per foot.
Free drop inside the manhole shall not exceed 30" measured from the invert of the
inlet pipe to the invert of the outlet pipe. Where the drop exceeds 30", drop
manholes shall be constructed as detailed on the Plans or as shown in the Standard
Details.
602-12
All connections between the riser or base sections and the sewer pipe shall be
joined in such a manner as to make the manholes watertight. Preformed rubber
waterstop gaskets cast into the riser or base section methods. Preformed flexible
plastic sealing compounds similar or equal to "Ramnek" or "Kent Seal" are also
acceptable, provided acceptable watertightness is achieved.
3.10.9 TOP OR CONE SECTIONS
Flattop sections may be used on shallow lines where standard cone sections will
not conform to specified elevations.
Cone shaped top section shall be assembled on top of the manhole barrel with
` tongues and grooves properly keyed.
Adjusting rings or brick may be used for adjusting the top elevation, except that
f ° the total height of the adjusting rings shall not exceed 12 inches at any manhole.
Each manhole shall have a minimum of 6 inches of grade adjustment.
Rings shall be set to the elevations shown on the Plans or established by the City's
Inspector. Concrete shall be placed around and under the ring to provide a seal
and properly seat the ring at the required elevation. Concrete shall be rounded -off
in accordance with the Standard Details.
3.10.10 WATERTIGHTNESS
The finished manhole is expected to be as watertight as the pipe system it is
incorporated into. Infiltration or exfiltration shall not exceed the limits established
in Subsection 602-3.14.
All connections between riser sections, bases and tops shall be sealed with
preformed flexible plastic joint sealing compound. Application of primer and
sealing compound shall be accomplished in conformance with the manufacturer's
recommendations. Grade of materials, quantity of materials and application
temperatures recommended by the manufacturer shall govem. Sealing compound
similar or equal to "Ramnek" or "Kent Seal" shall be used.
3.10.11 BACKFILLING
Backfilling around manholes shall conform to the requirements as specified for
backfilling. Bedding material shall be placed up to a point equal to that required
for the adjacent pipe.
3.10.12 SURFACE RESTORATION
Surface restoration shall conform to the requirements of Subsection 602-3.8.
3.10.13 QUALITY CONTROL
Inspection, testing, approval and acceptance shall conform to the requirements of
Subsection 602-3.13.
Materials not inspected by the City's Inspector or damaged by an action of the
Contractor may be subsequently rejected and replaced at the Contractor's expense.
602-13
3.10.14 CLEAN UP
All rubbish, unused materials and other non-native materials shall be removed from
the jobsite. All excess excavation shall be disposed of as specified, and the right-
of-way shall be left in a state of order and cleanliness,
602-3 11 Connection to City Sewerage System:
Flow of any kind into the existing sewerage system shall not be allowed until the sewer
has been satisfactorily completed and accepted for use by the Water Utilities Department.
602-3.12 Tees for Service Connections:
The Contractor shall place wyes and tees for service conneetions where required by the
approved constriction plans. Watertight plugs shall be installed in each branch pipe or
stub. Tee locations shall be marked with a piece of two inch by. four inch lumber extended
from the end of the pipe to above ground level. Service lines shall be installed to property
line.
602-3.13 Inspection, Testing,Approval and Acceptance of Gravity Flow Sanitary
Sewers:
3.13.1 SCOPE
The work covered by this Specification consists of the inspection, testing, approval
and acceptance of gravity flow sanitary sewers, including appurtenances normally
installed as part of the system. The work may include leakage testing, deflection
testing of flexible pipe system and television inspection of the interior of the
finished sewer system.
3.13.2 QUALITY STANDARDS
The latest published revision of [lie Quality Standards in effect at the time of bid
shall apply.
ASTM C 969: Infiltration and Exfltration Acceptance Testing of Installed
Sewer Lines
ASTM C 828: Low Pressure Air Test of Sewer Lines.
UNI B 6: Recommended Practice for Low -Pressure Air
Testing of Installed Sewer Pipe.
(Published by Uni-B ell Plastic Pipe Association)
3.13.3 MATERIALS
Water used for exfiltration tests shall be potable or as otherwise approved by the
City's Inspector.
Equipment necessary for any of the tests shall be of the type, quality and capacity
to perform the operations required and to execute the tests specified, and shall be
furnished by the Contractor along with all labor and materials including water.
602-14
t-
3.13.4 INSPECTION
The City's Inspector shall inspect and approve all work accomplished. Deflection
testing shall be performed at the discretion of the City's Inspector.
3.13.5 CLEANING
Prior to testing any section of sewer, the Contractor shall remove all foreign
matter from the interior of the system. Flushing a cleaning ball, pressure jetting or
other appropriate cleaning method approved by the City's Inspector may -be -used.
Watertight plugs or other methods approved by the City's Inspector shall then be
used to prevent dirt or debris from entering the system.
3.I3.6 TESTING
Testing shall be conducted by the Contractor and at thisownexpense.
All testing shall be accomplished in the presence of the City's Inspector or his
authorized representative. The City's Inspector shall be notified 24 hours in
advance of the testing.
Testing shall not commence on any portion of the pipeline, until all field placed
concrete in contact with the pipe, fittings or appurtenances is adequately cured.
The Contractor shall have the option of conducting a water exfiltration test, a low-
pressure air test, or an infiltration test if the pipeline is continuously subjected to an
exterior hydrostatic head.
The sewer line being tested may be filled with water for a period long enough to
allow water absorption in the pipe wall. The saturation period shall be a minimum
of 4 hours and not more than 72 hours.
3.13.6.1 Exfiltration Test
Each section of the pipeline shall be tested between successive manholes
or other structures. The lower end of the section shall be closed with a
watertight device. The inlet end of the section to be tested shall be filled
with water to a point 4 feet above the pipe invert at the centerline of the
upper manhole or structure. If the ground water level is above the pipe
invert, the water level in the upper manhole shall be 4 feet above the
adjacent ground water level. Ground water level shall be detemnined by
the City's Inspector.
The allowable leakage by exfiltration shall not exceed 200 gallonslinch
diameterfmilefday. The leakage shall be measured by checking the drop in
the water level in the upper manhole or structure over a period of 4 hours.
The Contractor shall repair obvious or concentrated leaks and whatever
repairs are necessary to reduce exfiltration leakage to an acceptable rate.
The Contractor shall repeat the 4 hour exfiltration test after repairs until an
acceptable leakage rate is attained. All repairs required shall be at the
Contractor's expense.
602-15
3.13.6.2 Low -Pressure Air Test
The low-pressure air test shall be conducted in accordance to the
PTO"
isions of L -B-6, "Recommended Practice for Low -Pressure Air
Testing of Installed Sewer Pipe," published by Ur&Bell Plastic Pipe
Association.
The Contractor shall repeat the low-pressure air test after repairs until an
acceptable pressure drop for the test is attained. All repairs required shall
be at the Contractor's expense.
3.13.6.3 Infiltration Test
Infiltration tests are acceptable only if the pipeline is continuously
subjected to an external hydrostatic head (ground water level) of at least 2
feet above the top of the pipe at the upstream manhole or structure.
Ground water level shall be determined by the City's Inspector.
Infiltration test shall be made by sealing the inlet and outlet ends of this
pipeline and measuring the volume of water that infiltrates into the section
being tested. Flow measurement may be measured by collecting the
discharge into a volumetric measuring container, weir or other approved
method.
The allowable infiltration shall not exceed 200 gallonsfinch
diameter/mile/day. The test shall be continued over a period of at least 4
hours. Time shall be allowed to soak lines and manholes in advance of
performing test. The Contractor shall repair obvious or concentrated leaks
and whatever repairs that are necessary to reduce the infiltration to an
acceptable rate.
The Contractor shall repeat the 4 hour infiltration test after repairs until an
acceptable infiltration rate is attained. Alt repairs required shall be at the
Contractor's expense.
Whenever the rate of infiltration is found to exceed the prescribed
amount, the Contractor shall be notified in writing. The Contractor may
then be required, by the Water Utilities Department, to provide at his own
expense, electronic or photographic visual inspection of the interior of the
conduit. The Contractor shall make appropriate repairs by methods
approved by the Water Utilities Department and shall continue to test the
conduit until it is proven satisfactory.
3.13.7 GENERAL.
Final acceptance of the sewer line shall be based on an inspection covering all
items in this specification. The inspection shall be done in an appropriate manner
by representatives of the Water Utilities Department. The Contractor shall
remedy, at his own expense, any poor aligrunent or any other defects in
workmanship or materials revealed by final inspection. Final acceptance ivill be
based on reinspection of the sewer after the appropriate repairs and corrections are
completed.
602-16
t-
3.I3.8 T.V. INSPECTION
N►Thcrc-deternuned_necessary by the City's Inspector, the sewer shall be inspected
by T.V. camera prior to final acceptance of the pipeline. The costs incurred in
making the initial inspection by T.V. Camera shall be borne by the Contracting
Agency.
T.V. equipment expressly designed for pipeline inspection purposes and operated
by experienced and qualified personnel shall be pulled through the entire pipeline.
The T.V. operator -shall -maintain -a- log -of all. inspections and-note_location, type
and extent of any deficiencies. The T.V. operator shall also photograph all
deficiencies and not less than one °typical" location per each 500 feet of pipeline
inspected.
The Contractor shall bear all costs incurred in correcting deficiencies found during
the T_V. inspection,_including cost of additional T.V. inspection required to verify
correction of noted deficiencies.
T.V. inspection conducted solely for the Contractor's benefit shall be at the
Contractor's expense.
3.13.9 DEFLECTION TEST
Where determined necessary by the City's Inspector, sewer pipe shall be subjected
to a deflection test. Deflection tests shall be conducted in the presence of the
City's Inspector and after the pipe has been installed and backfilled.
The deflection test shall be conducted by pulling a mandrel (go -no go device)
through the pipe. The mandrel shall be designed and sized for each size of pipe
and shall be at least 1.5 pipe diameters in length. The mandrel shall be constructed
with an odd number of runners placed parallel to the pipe centerline and equally
spaced around the perimeter of the mandrel. Mandrels for 8 inch pipe shall be
constructed with at least 9 runners, and more runners shall be utilized for larger
pipe sizes. Test mandrel shall be furnished by the Contractor_ All test equipment;
calibration data and procedures shall be subject to the approval of the City's
Inspector.
Ring or diametric deflection of the installed pipe shall not exceed 5% of the design
internal diameter of the pipe. Pipe sections that restrict free passage of the
mandrel shall be removed and replaced or excavated, rebedded, back -fined and
retested.
All such repairs, replacement, remedial work and retesting performed by the
Contractor shall be at his expense.
The deflection test may be conducted concurrently with the T.V. inspection of the
pipe interior, subject to approval by the City's Inspector.
3.13.10 ACCEPTANCE
Flow of any kind into the existing sewerage system shall not be allowed until the
sewer has been satisfactorily completed and accepted for use by the Water Utilities
Department.
b02- 17
Portions of the work completed may be placed in operation after all cleaning,
testing and inspection requirements have been fulfilled. Such partial use or partial
acceptance shall be subject to approval of City Inspector-
602-3 14 inspection, Testing. Approval and Acceptance of Manholes:
3.14.1 SCOPE
The work covered by this Specification consists of the inspection, testing, approval
and acceptance of manholes. The work may include leakage testing.
3.14.2 QUALITY STANDARDS
UNI- B-6: Recommended Practice for Low -Pressure Air
Testing of Installed Sewer Pipe
(Published by Uni-Bell Plastic Pipe Association)
ASTM C 969: Infiltration and 5diltration Acceptance Testing of Installed
Concrete Pipe Manholes.
3.14.3 MATERIALS
Water used for exfiltration tests shall be potable or as otherwise approved by the
City's Inspector.
Equipment necessary for any of the tests shall be of the type, quality and capacity
to perform the operations required to execute the tests specified, and shall be
furnished by the Contractor along with all labor and materials including water.
3.14.4 INSPECTION
The City's Inspector shall inspect and approve all work accomplished.
3.14.5 CLEANING
Prior to testing any manhole, the Contractor shall remove all foreign matter from
the interior of the manhole. Chunks of concrete, mortar, or other debris (including
dirt that may have intruded into the interior of the manholes) shall be removed by
mechanical means. Small gravel or grit may be removed by flushing, pressure
jetting or other appropriate cleaning methods approved by the City's Inspector.
After cleaning, the manhole cover shalt be positioned to prevent dirt or debris from
entering the manhole. Other means of preventing intrusion of dirt or debris may be
employed if approved by the City's Inspector.
3.14.6 TESTING
All manholes shall be tested for leakage by an exfiltration test.
Manholes may also be tested for infiltration when, in the opinion of the City's
Inspector, high ground water levels indicate the possibility of excessive infiltration
leakage at the manhole.
602-18
i 3.14.6.1 Ex.Sltration Test
All inlet and outlet pipes in the manhole shall be plugged with a watertight
device. The manhole shall be filled with water to a point 4 feet above the
outlet pipe invert, measured at the centerline of the manhole. If the
ground water level is above the pipe invert, the test level shall be 4 feet
above the adjacent ground water level. Ground water level shall be
determined by the City's Inspector.
The allowable leakage shall not exceed 0.1 gallonifoot diameter/foot of
head during a 4 hour test. The manhole may be allowed to remain
saturated to allow absorption into the manhole wall for 4 to 72 hours prior
to testing.
The Contractor shall repeat the 4 hour enfiltration test after repairs until an
acceptable leakage rate is attained. All repairs required shall be at the
Contractor's expense.
3.14.6.2 Infiltration Test
Infiltration tests are acceptable only if the connecting conduit is
continuously subjected to an external hydrostatic head (ground water
level) at least 2 feet above the top of the conduit. Ground water level shall
be determined by the procedures set forth in Section 8 ofUNI-13-6.
All inlet and outlet pipes in the manhole shall be plugged with a watertight
' device. The volume of water that infiltrates into the manhole during a 4
hour period shall be measured in a manner determined by the City's
Inspector. The test shall be conducted after the manhole has been
subjected to the maximum ground water level for at least 4 hours to
thoroughly saturate the manhole wall.
The allowable infiltration shall not exceed 0.1 gallon/foot of diameter/foot
of head during a 4 hour test.
The Contractor shall repeat the 4 hour infiltration test after repairs until an
acceptable leakage rate is attained. All repairs requires shall be at the
Contractor's expense.
3.14.7 ACCEPTANCE
Portions of the work completed may be placed in operation after cleaning, testing
and inspection requirements have been fulfilled. Such partial use of partial
acceptance shall be subject to approval of City Inspector.
602-3.15 Restoration and Clean Up:
The Contractor shall restore or replace all removed or damaged paving, curbing,
sidewalks, gutters, sod, shrubbery, fences, irrigation ditches, pipe, or other structures or
surfaces to a condition equal to that before the work began and to the satisfaction of the
Water Utilities Department. When pavement must be replaced and hot -mix asphalt paving
is not available, the Contractor shall install cold -mix asphalt over the trench and replace it
with hot -mix as soon as possible. The construction site shall be left clean and orderly.
602-19
A minimum base course of six inches shall be placed in trench areas prior to either
permanent or temporary asphalt placement. The base course material shall conform to the
following gradation:
Percent by Weiebt
Sieve Designation Passing Lab Sieves
0- 5
7/8" 8-30
30-55
#4 50-70
,140 70-90
LL shall not exceed 45
PI shall not exceed 15
LS shalt not exceed 5
602-20
6" �o 1z,
m
-STANDARD MAN,HUL-t--
%4.H RItIG e, COVER
D
T
G"Tols
FAIN. 48-
MIN. 4'
4. To ir.'
21"BOVER
MIN. ro'*
R
I ALL SIZ:S
14111. 6,T
MIN.,5-
,K��, )--
;MORTAR
tG'SCEEPE
GRADE RINGS
FOR GRADE ADJUSTMENT
SECCENTRIC CONE SECTION
vX \
h,
--SEAL ALL JOINTS
I
e iNSIDE 6 OUT
f: - I
Vv Ir W R AYA ,l E V,
-
0 pu�uT SEAL
o
#7 61
A.
'A
-b ,. hl
RISER SECTION
V-1
(TONGUE 8 GROOVE)
r ,
BOTTOM RISER SECTION
(BUTT ft GROOVE)
J7
'IF
MIN.
TO Z" GROUT SPACE
o...;
CONCRETE BASE
FORMED SURFACES
7--, OR t/4 PIPE DIA.(P)
WHICHEVER IS LARGER
4 BARS G"OC EA. WAY
2" BELOW BOTTOM OF PIPE
PRECAST REINFORCED CONCRETE
ASTM C- 478 SPECIFICATION
MANHOLE
DROP
MANHOLE
'12- ADJUSTMENT
O
MIN. DROP 2'-6"
Jill;= Iltli
�tx
pe
Jr 5 e G
O.G. E-W
A`
V
CONSTRUCTION OF THE DROP MANHOLE IS IDENTICAL WITH THE STANDARD
MANHOLE IN EVERY RESPECT EXCEPT THE METHOD OF ENTRANCE OF THE SEWAGE
15 FROM THE LATERALS, THIS ENTRANCE SHALL BE CONSTRUCTED AS SHOWN
ABOVE- NO REINFORCEMENT WILL BE REQUIRED IN THE CONCRETE FOR
PIPE ENCASEMENT,
WHEN ENTERING AN EXISTING MANHOLE WITH A NEW LINE AND THE
DIFFERENCE IN ELEVATION OF THE TWO INVERTS EXCEEDS 2.5' FEET
THE METHOD OF ENTRANCE SHALL BE AS ABOVE.
602-22-
DROP TIE TO
EXISTING MANHOLE
C STANDARD 275 LB. MANHOLE
FRAME & COVER
`111= il;r-ilU.��=111i�=iltl=1111,, f ,
==n111� 6 �012 ADJUSTMENT11 =111i J
CONCRETE BLOCK
TNSIDE
DROP
STANDARD 275
MANHOLE FRAME
Lb.
& COVER
M A .1_ V _ \J t! _FJ
20P PIPE
AS WIER
LAY PIPE TO
UNDISTURBED SOIL
3,8" OIA. ALUMINUM
PIPE STRAP.
PVC PIPE
DETAIL A
REMOVE PORTION OF DROP
PIPE TO CONNECT AS SHOWN
316" DIA. ALUMINUM STRAP
ALLOY 6061-TG
FILL EXCAVATED SPACE
OUTSIDE OF MANHOLE S
UNDER PIPE WITH CONCRETE
602- 24
OUTSIDE DROP MANHOLE (PVC)
STANOtRD 275 Lb.
ZZ MANHOLE FRAME d COVER
CONCRETE ENCASEMENT
TE ENCASEMENT
XW S a G" O.C. (E-w)
602- 25
u
SELECT, 8ACKFILL
Q
• X -�O Q
D
TEE & RISER
o • -- l
p ; • ^� SELECT BACKF[LL a,
WYE & RISER
602- 26
LAY CLAY TILE
THROUGH MANHOLE "� CUT OR BREAK OUT
TOP OF PIPE
STRAIGHT THROUGH ► ANHOLE
CLAY TILE STRAIGH
BEND AT MANHOLE
JUNCTION AT MANHOLE
E02- 27
TILE SEND OR
ED CONCRETE INVERT
V/YE WITH 300 BEND
ED CONCRETE INVERT
SPECIAL BEDDING
FOR VCT PIPE
(24'-28')CUT l
(18' -24' )CUTI DJ2
GRADATION
ROCK
42" MAX. FOR 24' a 2�1"
illy=PIPE ,36" MAX FOR 18
11111PIPE. FOR 18" PIPE 0. D.
I}18" MAX. OTHER SIZES
MIN O.D.+ 12"
° •' SELECT•-8ACKFIL'L•
'0o..--
1p
..e otr i1 O �••
VNIII
12"
D/4 (14' -18' )CUT
NOTE: REfi:OVE ALL LOOSE MATERIAL BEFORE PLACING BEDDING OR
SHAPING TRENCH
WHERE CUTS EXCEED 281 REINFORCED CONCRETE EMBEDMENT
WILL BE REWIRED
I
EMBEDMENT OF PVC PIPE
\ \
REMAINDER OF
. BACKFILL COMPACTED
$Y JETTING
\�SELECT BACKFILL
CAREFULLY -PLACED
GRADED GRAVEL
AS SPECIFIED IN
:f£r�••it�: : PAR. •
LIVE
PP 602
TRENCH WIDTH
MIN O.D.
NOTE: ALL PVC SEWER REGARDLESS OF
DEPTH,BE COMPLETELY WILL EMBEDDED
GRAVEL \ i i
602-29
TACLE P-2—TRENc)t SHORING —MINIMUM ReOUIREMENTS
Sire and spacing of mcmban
Up+ights
Stringers
Cross brocos , Width of trench
m4timum s0acinq
ocpin at
Xlnd or conditional earth
Ueneh
Minimum
t.ta.imum
A1.e Turn
tlp imam
Up to 3
to 6 tool
6 to B tool
910 12
12 to is
Vertical
Ifodrental
dimension
spacing
dimension
spacin0
teal
toot
toot
Feet
tnchG
Feet
inchos
J Fact
Inches
Inches
tncKas
Inches
Inches
Fact
Foot
S to 10
Hard, compact_____
3X4 or
2x6
6
2X6
4X4
4X6
6X6
0x0
4
6
Likely 10 crack «
3X4 of
2X6
3
4 X 6
4
2X6
4X4
4X6
6X6
axe
4
0
Close
Soh, sandy, or tilled.
3x4 or
2XS
sheeting
4X6
4
tX4
4X6
6X6
6X8
axe
4
6
Close
HydrosWir pressure.._..«_—.
3X4 or
2X6
sheeting
6X8
4
4X4
4X6
60
axe
81(0
4
6
1D to 15
Hard «._«« ..
9X4 or
2xe
a
4X6
4
4X4
4X6
6X6
axe
axe
4
a
mi,cly to clack._, . ,. ...„,
3X4 or
21.46
2
4X6
4
4x4
4X6
OX6
6X0
axe
.......
0
Close
Sell. sandy, or
3X4 3x4 or
2X6
shecliru)
4X3
4
4Xe
8X6
ex0
axe
OXID
4
6
Cosa
Hydroslaliepre $sure.,,.,,. ..«...
3X6
shccling
8X10
4
4X6
6X6
6xe
axe
BX10
4
a
Close
1Sto20
AV kinds or conditions... ,.„.,..
3x6
shcu[,ng
4xt2
4
4Xs2
6X8
axe
0XID
10xio
4
6
Ncf20
Alllindsor:onditions.« ,_«
3X6�
Cosa
sheeting
6xe
<
4XI2
axe
8X10
10XI0
lox12
4
8
Mcneh jacks may be used In 6ou at, or in com6inalion with, doss braces.
Shormg is net tcgwred'nt solid rock, hard shale, or hard slag.
where deslrabio, slctil shoal piling and bracing of equal strength may bo subs5luled for wood,
O
ti
TRENCH JACKS IN
TRUE HORIZONTAL
POSITION AND SPACED
VERTICALLY
Uprights
AVOID DANGEROUS OVERHANGS!
ALL MATERIALS USED'FOR SHORING SHALL BE IN GOOD CONDITION,FREE
OF DEFECTS AND OF AT LEAST MINIMUM SIZE SHOWN IN ACCOMPANING
CHART.
SHORING SHALL CLOSELY FOLLOW THE EXCAVATION.
602-31
Cleats----., ��
Stringers
ONE EXAMPLE OF
SEVERAL TYPES
OF SHEETING Sheet Pilings
Uprights -
Braces
SDDii
Trenching machine I
TRENCH SHIELD
�r L-- —
Tamper'/,/ ,, /-�,$
602— 32
1i
l_.a
,. ram,-.. _ ,�,,..,, �..--.ter. e,...,� �w a•.«.�".�,. .. ,. y �..*� ^.: � .�.�,,..� ....m �...� '°..�.,°,
FOR INSTALLATIONS OVER 6' DEEP FOR INSTALLATIONS UNDER 6' DEEP
WESTERN MON WORKS* 40
2751b MANHOLE FRAME AND COVER
S 7—CEMENT ,MORTAR WESTERN IRON 'NORKS *40
;r----- BRICK OR CONCRETE 275,b MANHOLE FRAME AND COVER
ADJUSTMENT GRADE RINGS CEMENT MORTAR
z; `\_ X JOINT TO 9E SCALED WITH _�_ 9RICX OR CONCRETE L?JUST:`1ENT
iT
:oy APPROVED WATERPROOF p:. o GRACE RINGS'
W / BITUMINOUS MATERIAL r
TEPS i JOINTS TO 9E SEALED WITH APPROVED
S :6" O.C. ox WATERPROOF SITU MINOS MATERIAL
EQUIPMENT BENCH ,z'i*yST•EPS
j•S. i6 CtC. ~ EOUIPMENT BENCH
.e'�'S�CEUENT MORTAR �• M ;P CEMENT MORTAR
NOT
E='NHEAE EXISTING SANITARY _ ..►►;' °J: ^;,°r. *. ,
CONNECTIONS ARE $6" DI?. 6 (` �� •{ I.8•
TRANSITION PIPES TO 6" 7 Q• "—"'�"a-
SHOULD qE INSTALLED AT SECTION 2--9
LEAST 2 OUTSIDE THE SECTION A'
MANHOLE. WHERE EXISTING : p PLOSION -RESISTANT BOX 8 LIGHT
a CONNECTIONS ARE3-6" OIA, :� .' ,� WATT "• 9:. SWITCH a 2 OUTLETS WITH
TRAN31Ti0N PIPES 9 FLUME `�: '
57ES SHALL BE DETERMINED : ExPLO NT r GROUND
RESISTANT
8Y THE WATER ILITY DEPT. ::"INCANDESCENT LIGHT 8 FIXTURE "
rB �: ' '=, NOTE: LOCATE LIGHT SWITC
.. :. .'i
ON MANHOLE WALL 6
STANDARD 6" OIA. GALVANIZED • RIGHT OF FIRST
PALMER-90wLUS 3q CONDUIT i'yNOTEtAFTER INSTALL' ;•i (HIGHEST) MANHOLE
i : ATiON THE FLUME-
5 ' FLUME f; Y. STEP
A IlQ VOLT SHALL 9E CALIBRATED .
AND CERTIFIED
60 HZ,3-wiRE ?:
;j ►''"r AC SUPPLY WITH r .i- ay—"' STANDARD fi'OIA. PALMER'
I -•: CIRCUIT BREAKER SOWLUS FLUME TO BE
., i"MORT INSTALLED IN STRICT
;l4ACCORDANCE WITH
p• t.;, ;:!,,; 4 ^• MANUFACTURERS
;i EXPANDED �8,. • �w ► r::';: % +.. .qn , y ..
�* RECOMMENDATIONS
ALUMINUM GRATE '• ' '' �:.'
L_fo NOTE: ALL BRACES, LEGS, 8 SUPPORTS •NOTE+ALL ELECTRICAL INSTALI.ATIONS
FOR EQUIPMENT BENCH SHALL SHALL COMPLY WITH NATIONAL
BE OF 3" X Z" X va" ELECTRICTRICAL CODE . CLASS I
.ALUMINUM ANGLE -IRON ARTICLE SDI,, 1987 EDITION.
MONITORING MANHOLE DETAIL
CITY OF LUBBOCK
WATER & SEWER DEPARTMENT
FIGURE 3.1
No Text
Tract A & B Lubbock Animal Shelter Addition FORCE MAIN PIPING. PUMPS VALVES
AND MISCELLANEOUS ITEMS
SECTION 2. FORCE MAIN PIPING --PUMPS VALVES AND MISCELLANEOUS ITEMS
1.1. GENERAL
The contractor shall provide all materials, equipment and labor necessary to install, test
and place into service the TOP pre-engineered fiberglass pump station- as --shown in the
plans and described in this specification. The pre-engineered pump station package,
including submersible pumps, pump control, fiberglass pump station, internal piping,
accessories and auxiliary equipment shall be supplied by the pump manufacturer.
1.2. REQUIREMENTS
The TOP pre-engineered fiberglass pump station package shall be capable of handling
unscreened sewage, wastewater in accordance with the design conditions defined in
' Table 1. of this specification.
The fiberglass pump station shall have an integral, hopper -shaped pump station bottom,
which is self-cleaning by virtue of its design. The flat surface area shall be minimized to
an area that is directly influenced by the pump suction and shall be free of obstacles. The
bottom surface area shall have a ratio of 1:4 as it relates to the cross -sectional area of
the pump station. The sloping walls of the pump station bottom shall further optimize the
self-cleaning features of this station by directing all solids, trash and sludge, normally
found in sewage and wastewater, to the suction of the submersible pumps to lacili-tate
removal and effectively clean the bottom.
Furnish and install 2 submersible non -clog wastewater pump(s). Each pump shall be
equipped with a 10 HP submersible electric motor, connected for operation on a 460 volt,
3 phase, 60 hertz, three wire service, with 50 feet of submersible cable (SUBCAB),
suitable for submersible pump applications. The power cable shall be sized according to
NEC and ICEA standards and have P-MSHA Approval. The pump shall be supplied with
a mating cast iron 4 inch discharge connection and be capable of delivering 300 GPM at
30 TDH. An additional point on the same curve shall be 468 GPM at 25 feet total head.
Shut off head shall be 48 feet (minimum). Each pump shall be fitted with 22 feet of
304SS lifting chain. The working load of the lifting system shall be 50% greater than the
pump unit weight.
PART 2. PUMPS
t 2.1. PUMP DESIGN
The pump(s) shall be automatically and firmly connected to the discharge connection,
guided by no less than two (stainless steel, galvanizes steel) guide pipes extending from
the top of the station to the discharge connection. There shall be no need for personnel to
enter the wet -well. Sealing of the pumping unit to the discharge connection shall be
accomplished by a machined metal to metal watertight contact. Sealing of the discharge
ev interface with a diaphragm, O-ring or profile gasket will not be acceptable. No portion of
the pump shall bear directly on the sump floor.
2.2. PUMP CONSTRUCTION
Major pump components shall be of grey cast iron, ASTM A-48, Class 35B, with smooth
surfaces devoid of blow holes or other irregularities. All exposed nuts or bolts shall be
AISI type 304 stainless steel construction. All metal surfaces coming into contact with the
pumpage, other than stainless steel or brass, shall be protected by a factory applied
spray coaling of acrylic dispersion zinc phosphate primer with a polyester resin paint
finish on the exterior of the pump.
Sealing design shall incorporate metal -to -metal contact between machined surfaces.
Critical mating surfaces where watertight sealing is required shall be machined and lilted
Tract A & B, Lubbock Animal Shelter Addition 2-1 Force Main Piping, Pumps,Valves,
and Miscellaneous items
Tract A & B, Lubbock Animal Sheller Addition FORCE MAIN PIPING. PUMPS, VALVES
AND MISCELLANEOUS ITEMS
with Nitrile or Viton rubber 0-rings. Fittings will be the result of controlled compression of
rubber O-rings in two planes and 0-ring contact of four sides without the requirement of a
specific torque limit.
Rectangular cross sectioned gaskets requiring specific torque limits to achieve
compression shall not be considered as adequate or equal. No secondary sealing
compounds, elliptical 0-rings, grease or other devices shall be used.
2.3. CABLE ENTRY SEAL
The cable entry seal design shall preclude specific torque requirements to insure a
watertight -and --submersible seal. The cable entry shall consist of a single cylindrical
elastomer grommet, flanked by stainless steel washers, all having a close tolerance fit
against the cable outside diameter and the entry inside diameter and compressed by the
body containing a strain relief function, separate from the function of sealing the cable.
The assembly shall provide ease of changing the cable when necessary using the same
entry seal. The cable entry junction chamber and motor shall be separated by a stator
lead sealing gland or terminal board, which shall isolate the interior from foreign material
gaining access through the pump lop. Epoxies, silicones, or other secondary sealing
systems shall not be considered acceptable.
2.4. MOTOR
The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor,_,
shell type design, housed in an air filled, watertight chamber. The stator windings shall be
insulated with moisture resistant Class H insulation rated for 180°C (356"F). The stator
shall be insulated by the trickle impregnation method using Class H monomer -free
polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter
duty rated in accordance with NEMA MG1, Part 31.The stator shall be heat -shrink filled
into the cast iron stator housing. The use of multiple step dip and bake -type stator
insulation process is not acceptable. The use of bolts, pins or other fastening devices
requiring penetration of the stator housing is not acceptable. The motor shall be designed
for continuous duty handling pumped media of 40"C (104'F) and capable of no less than
15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of
cast aluminum. Thermal switches set to open at 125°C (260°F) shall be embedded in the
stator end coils to monitor the temperature of each phase winding. These thermal
switches shall be used in conjunction with and supplemental to external motor overload
protection and shall be connected to the control panel. The junction chamber containing
the terminal board, shall be hermetically sealed from the motor by an elastomer
compression seal, Connection between the cable conductors and stator leads shall be
made with threaded compression type binding posts permanently affixed to a terminal
board. The motor and the pump shall be produced by the same manufacturer.
The combined service factor (combined effect of voltage, frequency and specific gravity)
shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus
10%. The motor shall be designed for operation up to 40`C (104`F) ambient and with a �=t
temperature rise not to exceed 80`C. A performance chart shall be provided upon
request showing curves for torque, current, power factor, input/output kW and efficiency. _
This chart shall also include data on starting and no-load characteristics.
The power cable shall be sized according to the NEC and ICEA standards and shall be of
sufficient length to reach the junction box without the need of any splices. The outer
jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The motor and
cable shall be capable of continuous submergence underwater without loss of watertight
integrity to a depth of 65 feet or greater.
Tract A & B, Lubbock Animal Sheller Addition 2-2 Force Main Piping, Pumps,Valves,
and Miscellaneous Items
r
Tract A & B Lubbock Animal Shelter Addition FORCE MAIN PIPING .PUMPS VALVES
AND MISCELLANEOUS ITEMS
The motor horsepower shall be adequate so that the pump is non -overloading throughout
the entire pump performance curve from shut-off through run -out.
A. Motor Cooling System
Motors are sufficiently convection -cooled by the surrounding environment or
pumped media.
B. Bearings
The pump shaft shall rotate on two bearings. Motor bearings shall be
permanently grease lubricated. The upper bearing shall be a single deep groove
ball bearing. The lower bearing shall be a two row angular contact bearing to
compensate for axial thrust and radial forces. Single row lower bearings are not
acceptable.
C. Mechanical Seal
Each pump shall be provided with a tandem mechanical shaft seal system
consisting of two totally independent seal assemblies. The seals shall operate in
a lubricant reservoir that hydrodynamically lubricates the lapped seal faces at a
constant rate. The lower, primary seal unit, located between the pump and the
lubricant chamber, shall contain one stationary and one positively driven rotating
corrosion resistant, tungsten -carbide ring. The upper, secondary seal unit,
located between the lubricant chamber and the motor housing, shall contain one
stationary and one positively driven rotating corrosion resistant, tungsten -carbide
seal ring. Each seal interface shall be held in contact by its own spring system.
The seals shall require neither maintenance nor adjustment nor depend on
direction of rotation for sealing. The position of both mechanical seals shall
depend on the shaft. Mounting of the lower mechanical seal on the impeller hub
will not be acceptable. For unique applications, other seal face materials shall be
available.
The following seal types shall not be considered acceptable nor equal to the dual
independent seal specified: shaft seals without positively driven rotating
members, or conventional double mechanical seals containing either a common
single or double spring acting between the upper and lower seal faces. No
system requiring a pressure differential to offset pressure and to effect sealing
shall be used.
Each pump shall be provided with a lubricant chamber for the shaft sealing
system. The lubricant chamber shall be designed to prevent overfilling and to
provide lubricant expansion capacity. The drain and inspection plug, with positive
anti -leak seal shall be easily accessible from the outside. The seal system shall
not rely upon the pumped media for lubrication. The motor shall be able to
operate non -submerged without damage while pumping under load.
Seal lubricant shall be non -toxic and FDA Approved.
D. Pump Shaft
Pump and motor shaft shall be the same unit. The pump shaft is an extension of
the motor shaft. Couplings shall not be acceptable. The shaft shall be stainless
steel — ASTM A479 S43100-T.
The use of stainless steel sleeves will not be considered equal to stainless steel
shafts as shaft sleeves only protect the shaft around the lower mechanical seal.
E. Pump Impeller / Volute
._ Tract A & B, Lubbock Animal Shelter Addition 2-3 Force Main Piping, Pumps,Valves,
and Miscellaneous Items
f
p(
Tract A & B Lubbock Animal Shelter Addition FORCE MAIN PIPING PUMPS. VALVES
AND MISCELLANEOUS ITEMS j
f
The impeller(s) shall be of high chrome iron, dynamically balanced, semi -open.
multi -vane, back -swept, non -clog -design. The impeller vane leading edges shall
be mechanically self -cleaned upon each rotation as they pass across a spiral
groove located on the volute suction which shall keep them clear of debris,
maintaining an unobstructed leading edge. The impeller(s) vanes shall have
screw -shaped leading edges. The leading edges of the cast iron impellers shall
be hardened to Rc 45. The impeller shall be capable of handling solids, fibrous
materials, heavy sludge and other matter found in waste water. The screw shape
of the impeller inlet shall provide an inducing effect for the handling of sludge and
rag -laden wastewater. Impellers shall be locked to the shaft, held by an impeller
bolt and treated with a corrosion inhibitor.
The pump volute shall be of A48 Class 35B gray cast iron and shall have a high
chrome iron replaceable ring having spiral shaped cast groove(s) at the suction
of the volute. The internal insert ring shall provide effective sealing between the
pump volute and the multi -vane, semi -open impeller. The sharp spiral groove(s)
shall provide the shearing edge(s) across which each impeller vane leading edge
shall cross during its rotation in order to remain unobstructed. The clearance
between the internal volute bottom and the impeller leading edges shall be
adjustable.
F. Sump Mixing Valve
One pump unit in each TOP pump station shall be equipped with an
automatically operating Flygt Mix -flush Valve mounted directly to a machined
boss located on the exterior of the pump volute casting that will provide mixing
action within the sump at the start of the pumping cycle. The valve shall redirect
a portion of the pumped media into the sump to re -suspend solids and grease by
the turbulent action of its discharge.
The valve shall be equipped with an adjustable, wear -resistant discharge nozzle
that can be used to direct flow within the sump. The valve shall operate by
differential pressure across the valve and shall of require any electric or
pneumatic power source to operate. The valve shall be suitable for use in Class
I, Division 1 hazardous locations.
The valve shall open at the beginning of each pumping cycle and shall
automatically close during the pump operation after a pre-set time♦ A method of
adjusting the valve operating time shall be provided.
G. Motor Protection
All stators shall incorporate thermal switches in series to monitor the temperature
of each phase winding. The thermal switches shall open at 125`C (260'F), stop
the motor and activate an alarm.
A leakage sensor shall be available as an option to detect water in the stator
chamber. The Float Leakage Sensor (FLS) is a small float switch used to detect
the presence of water in the stator chamber. When activated, the FLS will stop
the motor and send an alarm both local and/or remote. Use of voltage sensitive
solid state sensors and trip temperature above 125'C (260" F) shall not be
allowed.
The thermal switches and FLS shall be connected to a Mini CAS (Control and
Status) monitoring unit. The Mini CAS monitoring unit shall be designed to be
mounted in any control panel
Tract A & B, Lubbock Animal Shelter Addition 2-4 Force Main Piping, Pumps,Valves,
and Miscellaneous Items
I
Tract A & 11Lubbock Animal Shelter Addition FORCE MAIN PIPING PUMPS VALVES
AND MISCELLANEOUS ITEMS
PART 3.PRE-ENGINEERED FIBERGLASS PUMP STATION
3.1. CONSTRUCTION
The station cylinder shall be wound to the station bottom such that the assembly is of a
monolithic design, which is capable of withstanding the full_ hydrostatic head from the
exterior of the station while the station is completely empty.
The cylinder shall be made of FRP using the filament winding process. A safety factor of
two (2) on the minimum ultimate tensile strength of the laminate bottom shall be used in
designing the basin and cylinder wall thicknesses for the station, taking into account all
normally imposed loads arising from floatation, soil pressures, normal backfill, handling
loads, operating loads and static loads imposed by equipment used in hoisting the pumps
in and out of the station.
The cylinder is a filament wound laminate constructed by saturating continuous strand
glass roving in a controlled pattern over a corrosion resistant white -pigmented resin layer
that is to be 8 mils minimum thickness. The roving's shall be applied uniformly throughout
the entire length of the cylinder as required to provide adequate thickness for the
mechanical loads of each application. The winding pattern shall be a combination of
helical and hoop wraps and shall produce a dense laminate without non -reinforced resin
pockets or air bridging between the rovings. The glass content of the structural laminate
shall be 60% to 70% by weight.
The station bottom is a 30% to 50% glass content, chop spray laminate, constructed by
built-up layers of chop spray and chopped strand mat applied along with a catalyzed
resin. Each layer shall be properly wetted out and rolled out so that it is free of air voids
until the required wall thickness has been obtained.
€. All inside surfaces shall be smooth and free of cracks and crazing. The inside surface will
be pigmented or gel coated to a bright white finish. All surfaces other than those made in
contact with the mold surface shall be coated with air -inhibited resin or gelcoat, this
includes any cut edges of laminate.
The station shall be provided with one (1) anti -flotation flange located near the bottom of
the station. This anti -flotation flange is an integral part of the station and is sufficient in
design to withstand the forces acting upon the station due to the subsoil water pressure.
Once the station is inserted into the hole, concrete ballast may be required depending on
�. the station depth, please refer to the recommendations for concrete ballast as
recommended in Flygt's TOP Station Operations and Maintenance manual. The
combination of the flange and the loading of backfill material over the concrete shall
provide adequate ballast against buoyancy under full hydrostatic head conditions.
PART 4.TOP STATION COVER
The TOP station cover shall be of 14-inch thick Type-5086 aluminum diamond plate with an
integral Safe -Hatch access cover. All bars, angles and shapes shall be type 6061-T6
aluminum. The access cover frame shall be a minimum of 4-inches deep and shall be
adequately sized to allow for easy passage of the submersible pumps, The Safe -Hatch
access cover shall be designed to support the weight of the pump unit plus pedestrian
traffic. The access door(s) shall be equipped with a hold -open arm, held open in the 90-
degree position. Cover door hinges shall be heavy-duty design and be cast 1/4-inch thick
Type 316 stainless steel with 3/8-inch diameter stainless steel hinge pins. All fasteners shall
be type-316 stainless steel. Each hatch shall be supplied with a type-316 stainless steel
slam lock, having a key -way protected by a threaded plug. The plug shall be flush with the
diamond plate cover. The hatch shall be equipped with an aluminum lift handle that shall be
flush to the top of the diamond plate cover.
Tract A & B, Lubbock Animal Shelter Addition 2-5 Force Main Piping, Pumps,Valves,
and Miscellaneous Items
Tract A & B Lubbock Animal Shelter Addition FORCE MAIN PIPING. PUMPS VALVES r--,
AND MISCELLANEOUS ITEMS
The station lid shall have an integral four -inch diameter stub -pipe connection for the purpose
of venting the pump station. The inverted J-shaped vent pipe shall be schedule 40 PVC pipe ?
and shall end at a point at least 3-foot above the elevation of the station cover. There shall
also be an option for a second vent to accommodate positive ventilation of the wet well.
The access cover unit shall be equipped with a Safe -Hatch hinged safety grate to provide
protection against fall -through and to control access into the confined space. Grate openings
shall be sized to allow for routine maintenance inspection without having to open the safety
grate. The closed safety grate shall be designed to support the weight of one pump to
facilitate site pump wash -down and inspection. The hatch opening will have a 4" elevated
toe board to prevent tools from being kicked into the wet well (per OSHA 1926.502 (j)).
PART 5.VALVE VAULT
The pre-engineered pump station shall have a valve vault that is separate from the pump
station vessel. The valve vault shall be fabricated in a manner identical to the pump station
and shall be large enough to allow entry for routine maintenance and inspection. The valve
vault shall be equipped with an integral drain and check -valve to facilitate drainage from the
valve vault back into the pump station.
5.1. PIPING AND VALVES
The Flygt TOP pre-engineered fiberglass pump station shall be furnished complete with
discharge pipes, fillings, check valves and shut-off valves. Discharge piping shall be of
Stainless Steel. The check valves shall be Flygt-HDL Type-5087 ball -type. The shut-off
valves shall be 14-turn eccentric plug -type, cast iron ANSI Class 125 flanged, with 100% port
area and shall be suitable for the intended purpose.
5.2.ELECTRIC CONTROLS1
The Flygt TOP pre-engineered fiberglass pump station shall be furnished with pre -installed
conduit fittings for connection of the pump power/control and level control wiring. Pump
station liquid level control shall be as per options listed below. A stainless steel mounting f
bracket and four 2" electrical conduit fittings shall be included_ All electrical and control
accessories shall be shipped inside of the pump station for field installation
f.
5.3. TESTING
A. Standard pump Factory Test
Each completed and assembled pump/motor unit shall undergo the following factory
tests at the manufacturer's plant prior to shipment:
1. Minimum 3-point hydraulic performance test 1
2. No -Leak seal integrity test
3. Electrical integrity test
B. Field Start-up
After installation, a pump station start-up shall be performed by the installing contractor
under the supervision of the manufacture's authorized representative. Two days of field
service shall be provided by an authorized, factory trained representative of the pump
manufacturer_ Services shall include, but not be limited to, inspection of the completed
pump station installation to ensure that it has been performed in accordance with the
manufacturer's instructions and recommendations, supervision of all field-testing and
activation of the Pump Manufacturer's Warranty. The test shall demonstrate to the
satisfaction of the Owner that the equipment meets all specified performance criteria, is
}
Tract A & B, Lubbock Animal Shelter Addition 2-6 Force Main Piping. Pumps,Valves,
and Miscellaneous Items
Tract A & B. Lubbock Animal Shelter Addition FORCE MAIN PIPING PUMPS VALVES
AND MISCELLANEOUS ITEMS
properly installed and anchored, and operates smoothly without exceeding the full load
amperage rating of the motor. The Contractor shall be responsible for coordinating the
"required field services with the Pump Manufacturer.
5.4.PUMP PERFORMANCE DATA SHEET
Flygt pump model.................................................................... NP3102.185
Pump/Motor approval ..................................... ......... ......... <FM> Class 1, Div.
Pump station type..........................................................Duplex
Primary Pump Duty Condition
Primary pump capacity (Flow per pump).................................300 GPM
Head....................................................................... .........30 Feet (TDH)
Minimum efficiency ....... ............................................ ............... 63%
Secondary Pump Duty Condition
Secondary pump capacity (Flow per pump) ............................468 GPM
Head.................................................................................25 Feet (TDH)
Minimum efficiency..................................................................70 %
Pump shutoff head ........ ........................................................... 47Feet
Motor rated horsepower.........................................................10
hp
Electric service characteristics................................................460
Volt 60 Hz. 3 Ph.
Pump operating speed............................................................1745
RPM
Minimum discharge size..........................................................4
inches
Application....................................................................Primary
Sewage Collection
Liquid to be pumped................................................................
Municipal Sewage
Liquid temperature ................... ................................................
.> 140 °F
Liquid specific gravity @ pumping temperature
......................1.0
END OF SECTION
Tract A & B. Lubbock Animal Shelter Addition 2-7 Force Main Piping, Pumps.Valves,
and Miscellaneous Items
Tract A & B Lubbock Animal Shelter Addition SUBMERSIBLE SEWAGEPUMPLIFT STATION
SECTIONS. CONTFIOL-PANEL
1.1.SUMMARY
Provide a control system, assembled and supplied -by -the pump manufacturer containing all of the
mechanical and electrical equipment necessary to provide for the complete operation of the
submersible pumps.
1.2.ENCLOSURE
The control panel enclosure shall be rated Nema 4X and shall be constructed of 304 stainless steel.
A single, three point lockable exterior latch shall be included to allow entry to the panel. Multiple,
screw type fasteners are not allowable. A polished inner door shall be mounted on a continuous
aluminum aircraft type hinge and shall contain cutouts for the protrusion of the circuit breakers and
provide protection of the personnel from internal live voltages. All control switches, pilot indicators,
elapsed time meters and other devices shall be mounted on the external surface of the dead front.
The dead front door shall open a minimum of 150 degrees to allow for access to the equipment for
maintenance. A 3/4" break shall be formed around the perimeter of the dead front to provide rigidity.
A back plate shall be manufactured from_12 gauge —sheet steel and be finished with a primer coat and
two coats of baked on white enamel. All hardware shall be mounted using stainless steel machine
thread screws. Sheet metal screws shall not be acceptable. All installed devices will be permanently
identified with engraved legends.
1.3.POWER DISTRIBUTION
The panel power distribution shall include all necessary components and be wired with stranded
copper conductors rated at 90 degrees "C". Conductor terminals shall be as recommended by the
device manufacturer.
The power system shall contain incoming power terminals, motor circuit breakers and control circuit
breaker. All circuit breakers shall be heavy duty thermal magnetic, similar or equal to Square D type
FAL. Each breaker shall be sized to adequately meet the operating conditions of the load and have a
minimum interrupting capacity of 10,000 amps at 230 V and 18,000 at 460 V. Breakers shall be
indicating type, providing an "on -off -tripped" positions of the handle. They shall be quick make -quick
break on manual and automatic operation and have inverse time characteristics_ Breakers shall be
designed so that tripping of one pole automatically trips all poles.
A main disconnect shall be included and mounted on the inner door of the control panel.
Motor starters shall be open frame, across the line, NEMA rated with individual overload protection in
each phase. Motor starter contacts and coil shall be replaceable from the front of the starter without
removal of the starter from its mounted position. Overload protection shall be via solid state units.
Typical units are Square D Motor Logic. Definite purpose contactors, fractional size starters and
horsepower rated contactors or relays shall not be used.
A lightning -transient protector shall be provided. The device shall be a solid state device with a
response time of less than 5 nano -seconds with a withstanding surge capacity of 6500 amperes.
Units shall be instant recovery, long life and have no holdover currents.
The following components shall also be supplied as standard equipment
1—Control wiring to be 18AWG copper tinned rated at 105 degrees C.
2—Each wire shall be numbered corresponding to the wiring diagram
3—Alarm Silence Switch to mute alarm horn
4—A duplex GFCI receptacle mounted in the inner door, 15 amp rating
5--An interior work light with on/off switch on inner door
1.4. LEVEL CONTROL SYSTEM
Level control shall be via a Multitrode MSM3-MP MulliSmart Level Control with MODBUS RTU
option. Level input to be via MJK 1400 Series Submersible Pressure Transducer, set for 0 to 34.6
feet full scale. Cabling to of sufficient length to run without splicing into control panel. No exceptions
Tract A & B. Lubbock Animal Shelter Addition Submersible Sewage Pump Lift Station
3-1
Tract A & B, Lubbock Animal Shelter Addition SUBMERSIBLE SEWAGE PUMP LIFT STATION
will be allowed.
1.5. HIGH LEVEL ALARM
The panel shall be equipped with a light and horn to give indication of a high level condition in the wet
well. The horn shall provide a signal of not less than 90 db at 10 feel and shall be mounted to the
side of the enclosure. A backup float shall also be furnished, terminated dry contacts, indicating a
high level condition.
1.6. RTU/RADIO
An MDS Model 9810 MDS radio with NWD diagnostics card shall be provided. A UPS, rated at
450VA shall also be provided to power the radio, PLC and Level Controller during a power outage.
The PLC shall be a SCADAPack, Model P1-100-01-0-0_ All programming of radio and PLC to be by
others (City of Lubbock). No exceptions will be allowed.
1.7. MISCELLANEOUS
A final as built drawing, encapsulated in mylar, shall be attached to the inside of the front door. A list
of all legends shall be included.
All control panels shall be listed by a nationally recognized testing laboratory and apply the
certification necessary to indicate the NRTL approval. To insuresinglesource responsibility, the
pump, pump motor and control system shall be manufactured by a single source.
All equipment shall be guaranteed for a period of three (3) years from the date of shipment. The
guarantee is effective against all defects in workmanship and / or defective components. The
warranty is limited to the replacement or repair of the defective equipment.
END OF SECTION
Tract A & B. Lubbock Animal Shelter Addition Submersible Sewage Purnp Lill Station
32 t�