HomeMy WebLinkAboutResolution - 2014-R0062 - Contract - Utility Contractors Of America Inc.- Water Line - 02_27_2014 (2)Resolution No. 2014-R0062
February 27, 2014
Item No. 5.8
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, Contract No. 11710 for Slide Road water line extension,
by and between the City of Lubbock and Utility Contractors of America, 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 February 27
GIXN C. ROOBRTSON, MAYOR
[ATTEST:
Rebe t
a GaTZa, City Secretary
I APPROVED AS TO CONTENT:
12, LIJ
R. Keith Smith, P.E., birector of Public Works
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Utility Contractors
February 10, 2014
u bo k
city 0
DATE ISSUED:
CLOSE DATE & TIME:
ADDENDUM # 1
RFP 14-11710-TF
Slide Road Water Line Extension
January 29, 2014
February 4, 2014 at 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP).
Where any item called for in the RFP documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Proposers' attention is brought to Engineer's Addendum No. 1. Items Include:
A) Bore and Encasement Specification modifications
B) Changes in plans to reflect encasement by bore and encasement by open cut
C) Revised Proposal Submittal Form - Please utilize revised Proposal Submittal Form.
All requests for additional information or clarification must be submitted in writing and directed to:
City of Lubbock
Teofilo Flores
Buyer
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or e-mailed to TKFlores(aimylubbock.us. Questions are
encouraged to be submitted via Bidsync: www.bidsync.com.
?eq&i� 7&w
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the proposer's responsibility to advise
the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereof,
inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must
be received by the Purchasing Manager no later than five (5) business days prior to the RFP close date. A review of such notifications will be
made.
I
PAGE INTENTIONALLY LEFT BLANK 11,
ib
[I
4yr
11,6bbciockty
FM 1730 (SLIDE ROAD) WATER LINE EXTENSION
ADDENDUM NO. 1
This Addendum No.1 consists of pages AD 1-1 duu 1-10 which is to be included in
the Contract Documents.
SPECIFICATIONS
Add additional items as shown to the specifications.
SECTION 02445 BORES AND ENCASEMENTS
2.3 JOINT RESTRAINT
E. Joint restraint is required on all bores over 100 feet in length.
3.1 BORES
J. Pressure grout is required to be used around the outside of encasement to fill
annular space between bore and steel encasement.
BID TAB
Added Bid Items to differentiate between the types of boring, encasement and
open cut with encasement. We reduced the amount of encasement by bore and
added Bid Item 12a for open cut encasement. These areas will require encasement
when Slide Road is expanded to the full size. Bid Items 12, 12a and 13 have
revised quantities.
PLANS
Sheets W-3, W-4, W-6 and W-9 have been revised to reflect encasement by bore
L f and encasement by open cut.
ACKNOWLEDGEMENT BY BIDDERS
Each bidder is required to acknowledge receipt of Addendum No. 1
January 27, 2014
City of Lubbock
P 0 Box 2000 it 162513'h Street a Lubbock, TX 79457 a 806.775.2000 a Citizen Call Center. 3-1-1 or www.mylubbock.us
SECTION 02445
BORES AND ENCASEMENTS
PART1 GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. The section covers utility bores and placing steel encasement in open cut trenches.
B. The encasement will be installed at the locations indicated on the attached plans.
C. The contractor will be responsible for providing all labor, materials, equipment and
incidentals necessary to accomplish the following:
(1) Construction of the bore and bore pits or trench cut.
(2) Installing the appropriate steel casing.
(3) Installing the water supply pipe in the steel casing using the pipe manufactures
recommended practices.
(4) Backfill all excavations.
(5) All traffic barricading and control.
(6) All trench safety requirements.
(7) Implementing a best management plan for the control of storm water runoff
1.2 CONTRACTOR USE OF SITE
A. Limit use of site to allow:
(1) Owner occupancy.
(2) Contractor.
B. Coordinate use of site under direction of Owner's Representative and TxDOT.
C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other
Contractors.
D. Move any stored products under Contractor's control, which interfere with operations of
(1) Owner.
(2) TxDOT right-of-way.
E. Assume full responsibility for the protection and safekeeping of products furnished under
this contract, stored on or off the site.
1.3 WORK SEQUENCE
A. Construct Work to accommodate Owner's occupancy requirements during the construction
period.
B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent
utility work and construction schedules of other government agencies, however, Contractor's
coordination for construction schedule and operations shall be with the Engineer or the
Owner's Representative only.
1.4 SUBMITTALS
A. Provide written plan with methods and materials to be used in bore and casing process.
FM 1730 (Slide Road) Water Line Extension 02445 —1 December 2013
90 SL to FM 1585
B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of
proposed locations within pipe casing.
1.5 STANDARDS
A. All work shall be accomplished in accordance with the following standards:
(1) AWWA C-206 "Field Welding of Steel Water Pipe"
(2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
(3) AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches"
(4) AASHTO Standard Specifications for Highway Bridges, 1993.
(5) ASTM A-36 "Carbon Structural Steel"
(6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products"
(7) ASTM A-135 "Electric— Resistance —Welded Steel Pipe"
(8) ASTM A-139 "Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over)
(9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware"
(10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength"
(11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs"
(12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold -
Rolled for Commercial Quality"
(13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
(14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations
of Relative Density"
B. Additional standards contained in the City of Lubbock Public Works Engineering Design
Standards and Specifications handbook also apply.
1.6 QUALITY ASSURANCE
A. Installer's Qualifications
(1) Installers shall be competent and experienced in boring work of equal scope.
(2) Installers shall provide proof of successful, related work experience with references.
B. Job Conditions
(1) Where work is in the right-of-way of any government or corporate jurisdiction, the
Owner will secure the appropriate permits or easements. The Contractor shall observe
regulations, instructions and limitations of each right-of-way owner. Coordination shall
be through Owner's representative.
(2) Excavated material shall be kept off of roads and railroad tracks at all times.
(3) No blasting is allowed at any time.
(4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify
location and elevation of all pipelines, power lines and communication cable in the
construction area prior to execution. Verification of existing pipe and cable utilities
shall be the sole responsibility of the Contractor.
1.7 OWNER OCCUPANCY
A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's
operation.
FM 1730 (Slide Road) Water Line Extension 02445 — 2 December 2013
98"' St. to FM 1585
s
B. Schedule the Work to accommodate this requirement.
PART 2 PRODUCTS
2.1 STEEL CASING
A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM
A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal.
B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or
heavy rust. Used Casing may be used with the Owners Representative approval and
inspection. Casing joints shall be fillet welded according to ASTM C-206.
2.2 CASING SPACERS
A. Casings spacers shall be sized for 12" water line in a 24" steel casing to clear the bell and not
center the line vertically within the casing.
B. Approved casing spacers include:
(1) Advance Products
(2) BMW
(3) Cascade
(4) CCI Pipeline
(5) Culpico
(6) PSI
C. Other casing spacers may be used with approval from the Owner Representative or the
Engineer.
2.3 JOINT RESTRAINT
A. Uncased pipe bores are permitted with Engineer's approval.
B. Approved joint restraint devices which prevent over -insertion:
(1) EBAA Mega -Stop (for push direction only)
(2) CertainTeed Certa-Lok
(3) Other over -insertion protection devices must be submitted prior to approval.
C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe
spacers.
D. All Uncased bore methods require Contractor to submit joint restraint manufacturer's
literature for Engineer's approval.
E. Joint restraint is required on all bores over 100 feet in length.
PART 3 EXECUTION
3.1 BORES
A. Boring shall proceed from the tow or downstream end of crossing unless otherwise specified
or instructed.
B. Water used for lubrication of cuttings in conjunction with boring operations shall be
permitted. Jetting shall be prohibited.
C. All bores under existing paving will be subject to the following precautions: H
FM 1730 (Slide Road) Water Line Extension 02445 — 3 December 2013
9811 St. to FM 1585
(1) Auger Boring— Auger boring shall use a pilot hole to set precise, clear auger path.
(2) Wet (Slick) Boring -- Under highway and arterial street pavement, the use of wet boring
techniques shall be subject to the approval of the Engineer on a case -by -case basis.
(3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller.
Impact moling may be used for drilling pilot holes.
(4) Pipe Jacking or Ramming -- Continue jacking process to completion once it has begun to
prevent the pipe from becoming firmly set in the embankment.
(5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and
operational limitations set by manufacturer.
D. The following precautions shall be observed in special circumstances:
(1) Boring under 114th Street:
(a) Presence of existing 42 inch water main requires that the 110 Street bore be cased.
(b) Boring pit shall be placed on the north side of 114'h Street and proceed to the south
under the road.
(c) No boring method shall be chosen which will potentially disrupt or endanger existing
adjacent underground utilities.
(d) Contractor is responsible for damage to existing pipe, cable and other utilities
affected during construction.
(e) Boring operations shall provide safe setbacks from the roadway to ensure continuous
service during construction.
(2) Boring under Parks roadways:
(a) Method of boring and casing for driveways along the right-of-way is at the discretion
of the Contractor.
(b) Uncased bores are permitted in this portion of the construction.
E. Contractor shall be fully responsible to insure the boring methods used are safe and adequate
for workers, installed pipe, property, the public, adjacent utilities and other site conditions.
F. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will
be allowed.
G. Contractor is responsible for removing all excavated material.
H. Contractor shall be responsible for trench safety and all traffic control requirements.
I. After installing the water pipe in the encasement the ends of the encasement must be sealed
to prevent soil creep into the pipe.
J. Pressure grout is required to be used around the outside of encasement to fill annular space
between bore and steel encasement.
3.2 PIPE INSTALLATION
-` A. Contractor shall use approved joint restraint devices for pipe within casing.
B. Contractor shall use approved spacers as specified to install pipe in casing.
�.1 3.3 OPEN TRENCH ENCASEMENT
A. The water distribution pipe shall be installed in the same manner as the encased bores. The
cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as
per manufacture recommendation.
B. The ends of the encasement shall be sealed after the carrier pipe is installed.
FM 1730 (Slide Road) Water Line Extension 02445 — 4 December 2013
( 98'h St. to FM 1585
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 02445 — 5
98« St. to FM 1585
December 2013
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 14-11710-TF
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 (1) one original copy of every item listed.
✓ 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 PROPOSED 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.
Utility Contractors of America, Inc.
(Type or Print Company Name)
Page Intentionally Left Blank
INDEX
}
1. NOTICE TO OFFERORS
2. GENERAL INSTRUCTIONS TO OFFERORS
3. TEXAS LOCAL GOVERNMENT CODE § 2267.151
4 PROPOSALS SUBMITTAL FORM — must be submitted b published due date & time U ( by )
T 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
.i
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
5.
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
r
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
u
6.
PAYMENT BOND
7.
PERFORMANCE BOND
8.
CERTIFICATE OF INSURANCE
9.
CONTRACT
}
10.
GENERAL CONDITIONS OF THE AGREEMENT
11. DAVIS-BACON WAGE DETERMINATIONS
12. SPECIAL CONDITIONS (IF APPLICABLE)
13. SPECIFICATIONS
a
t.:
Page Intentionally Left Blank
NOTICE TO OFFERORS
[ i i
Pate Intentionally Left Blank
a
NOTICE TO OFFERORS
F
RFP 14-11710-TF
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
3 Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 P.M. CST on February 4, 2014, or as
changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all
,n work for the construction of the following described project:
"Slide Road Water Line Extension"
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole
responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing
and Contract Management for the City of Lubbock, before the expiration of the date above first written.
,3 The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 2:00 P.M. CST on February 4, 2014, and the City of Lubbock City Council will
consider the proposals on February 27, 2014, 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 proposals and waive any
formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said
contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best
Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the
same as the Contract Award date.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE
OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL
SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION
OF THE PROPOSAL SUBMITTAL.
The estimated budget for this project is $800,000.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror
regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such
factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There
will be a non -mandatory pre -proposal conference on January 22, 2014, at 10:OOAM, in the Purchasing and
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
e wages included in the contract documents on file in the office of the Purchasing and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each
offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the
Paae Intentionally Left Blank
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.
g
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to
this advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
proposal meetings and proposal openings are available to all persons regardless of disability. If you require
special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
'Marta-ACVarez
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
Pau Intentionally Left Blank
C~ J
GENERAL INSTRUCTIONS TO OFFERORS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
i
1 PROPOSAL DELIVERY TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish Slide Road Water
Line Extension per the attached specifications and contract documents. Sealed proposals will be
received no later than 2:00 P.M. CST, February 4, 2014 at the office listed below. Any proposal
received after the date and hour specified will be rejected and returned unopened to the proposer. Each
proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the
lower left-hand corner: "RFP 14-11710-TF, Slide Road Water Line Extension" and the proposal
opening date and time. Offerors must also include their company name and address on the outside of
the envelope or container. Proposals must be addressed to:
4
Marta Alvarez, Director of Purchasing
t=
& Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and
Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on
time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use
.. some sort of delivery service that provides a receipt.
1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in conformance with the Instruction to
Offerors will be considered responsive and evaluated or award of a Contract.
1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals
through an addendum.
2 PRE -PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non-
mandatory nre-broaosal conference will be held at 10:00 A.M. CST, January 22. 2014. at
10:00AM, in the Purchasing and Contract Management Office, Room 204, City Hall, 1625
13t" Street, Lubbock, Texas. All persons attending the meeting will be asked to identify
themselves and the prospective proposer they represent.
t 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP 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 proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Director of Purchasing and Contract Management.
At the request of the proposer, or in the event the Director of Purchasing and Contract
1
}
Management deems the interpretation to be substantive, the interpretation will be made by
written addendum issued by the Purchasing and Contract Management. Such addenda issued by
the Purchasing and Contract Management Office will be available over the Internet at
hqp://www.bidsync.com and will become part of the proposal package having the same binding _
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation
considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before
the proposal closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing and Contract Management Office
in writing or in this RFP should be used in preparing proposal responses. All contacts that a
proposer may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or
seen or heard in any communication facility regarding this proposal should be disregarded in
preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of
these specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations
and examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and
examinations shall not relieve the proposer from obligation to comply, in every detail, with all
provisions and requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and
has provided sufficient sums in its proposal to complete the work in accordance with these
plans and specifications. If proposer does not notify the Director of Purchasing and
Contract Management before offering of any discrepancies or omissions, then it shall be
deemed for all purposes that the plans and specifications are sufficient and adequate for
completion of the project. It is further agreed that any request for clarification must be
submitted no later than five (5) calendar days prior to the opening of proposals.
PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
E
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
E
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex Loc. Govt. Code 252.049(b)
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Open Records Act.
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
i, proposer is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
P gY g p p
local resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
1" value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
4' 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
g Y q
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
f It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
w project covered by the contract documents be given a reasonable opportunity to examine the documents
i and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive
proposals. It shall be the offerors responsibility to advise the Director of Purchasing and
Contract Management if any language, requirements, etc., or any combinations thereof,
! inadvertently restricts or limits the reauirements stated in this RFP to a sinele source. Such
' notification must be submitted in writing and must be received by the City Purchasing and
j 3
13
14
15
16
Contract Management Office no later than five (5) calendar days before the proposal closing
date. A review of such notifications will be made.
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE
PROPOSAL CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 131h Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
Bidsync: www.bidsync.com
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within
ONE HUNDRED AND EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date
specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
provided, however, the City reserves the right to require the Contractor to submit a progress
schedule of the work contemplated by the contract documents. In the event the City requires a
progress schedule to be submitted, and it is determined by the City that the progress of the work
is not in accordance with the progress schedule so submitted, the City may direct the Contractor
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
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 acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no
claims pending, of which the Contractor has been notified.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
:,I
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed
against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within TWO years 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 a maximum of 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.
c
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 proposals have been opened and before the contract has been awarded, to
require of a proposer the following information:
5
20
21
22
23
24
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
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. 3
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, both known and unknown, cut or damaged by Contractor
during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's
expense.
BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish i
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
6
furnished to the City and written notice of cancellation or any material change will be provided
ten (10) days in advance of cancellation or change. All policies shall contain an agreement on
the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at
his sole cost and expense through the life of this contract, insurance protection as hereinafter
specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance
shall be carried with an insurance company authorized to transact business in the State of Texas
and shall cover all operations in connection with this contract, whether performed by the
Contractor or a subcontractor, or separate policies shall be provided covering the operation of
each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
26 LABOR AND WORDING HOURS
6' 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this
project shall not be less than specified in the schedule of general prevailing rates of per diem
wages as above mentioned. The proposer' attention is further directed to the requirements of
Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of
the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
work under this contract requiring an inspector will not be performed on Sundays or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
Y necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
i_
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
p Y Y
7
this contract is made, 200 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. House Bill 2015, signed by the Governor on June 14, 2013 and effective ^
on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services
with a governmental entity and who fails to properly classify their workers. This applies to
subcontractors as well. Contractors and subcontractors who fail to properly classify individuals
performing work under a governmental contract will be penalized $200 for each individual that has been
misclassified (Texas Government Code Section 2155.001).'
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 The 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. Bidder shall submit his bid on
forms furnished by the City, and all blank spaces in the form shall be filled.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name_
29.3.2 Proposal: RFP 14-11710-TF, SLIDE ROAD WATER LINE EXTENSION"
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
I�
�l
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
^' (i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound the are to be
l s a pec lky p y y y
considered incorporated by reference into the aforementioned contract documents.
-f 31 QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of
the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the
service specified therein in a satisfactory manner. The proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all
information for this purpose that may be requested. The proposer's proposal may be deemed not to meet
specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the
proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the
obligations of the contract and to complete the work described therein. Evaluation of the proposer's
qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
a-- (g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
9
i
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock a
specifications herein.
32 BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum
Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor
Qualifications, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to
evaluate each proposal includes the following:
32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or,
conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value multiplied by the weight of the price factor for the price score. For
Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor =
Price Score.
32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications,
the City uses the "Contractor's Statement of Qualifications" attached within and past experience
with the contractor. The City may also interview the job superintendent at a time to be named
after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows:
(Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns
points based upon the responses the contractor provides in the "Contractor's Statement of
Qualifications" and any past experience with the contractor. The "Contractor's Statement of
Qualifications" is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five
points allowable. Each evaluator assigns points based upon the responses you provide in your
"Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The
Contractor must submit this ratio with his bid. Contractors with an Experience Modification
Ratio greater than 1 will receive zero points for safety. The City may consider any incidence
involving worker safety or safety of Lubbock residents, be it related or caused by environmental,
mechanical, operational, supervision or any other cause or factor under the contractor's control.
Evaluators base their rating primarily upon how well you document previous offenses with the
date of the offense, location where the offense occurred, type of offense, final disposition of the
offense, and any penalty assessed as well as the Experience Modification Ratio.
32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use
the following formula when determining construction time as a factor for construction contract
proposals. The lowest construction time proposal of all the proposals becomes the standard by
which all the construction time proposals are evaluated. One at a time, each proposal is
evaluated by taking the lowest construction time and dividing it by the construction time of the
proposal being evaluated. That fraction is then multiplied by the maximum point value
10
€t
multiplied by the weight of the construction time factor for the construction time score. For
example: (Lowest construction time/Current Proposal construction time) x Maximum Point
Value x Weight Factor = Construction Time Score
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee
based on committee discussion. Please note that offerors with higher qualifications scores could
be ranked higher than offerors with slightly better price scores.
The estimated budget for the construction phase of this project is $800,000.
Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included in
this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR
OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO
ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS
SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published selection
criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected
offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or
time modification and any price change associated with the modification. If the City is unable to negotiate
a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that
offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or
all proposals are rejected.
33.4 In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and maybe rejected ifit shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu
of the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind. "
34 ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON
THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR
PRESENTATIONS.
11
34.2 This provision is not meant to preclude bidders from discussing other matters with City Council P
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid. _
35 PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
http://www.wdol.gov/dba.aspx
35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
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.
t
12
t
TEXAS LOCAL GOVERNMENT CODE § 2267.001.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
(a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or
repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a
governmental entity shall follow the procedures prescribed by this section.
(a-1) In this section "facility" means an improvement to real property.
(b) The governmental entity shall select or designate an engineer or architect to prepare construction documents
for the project. The selected or designated engineer or architect has full responsibility for complying with
Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time
employee of the governmental entity, the governmental entity shall select the engineer or architect on the
Y' basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
(c) The governmental entity shall provide or contract for, independently of the contractor, the inspection
services, the testing of construction materials engineering, and the verification testing services necessary for
acceptance of the facility or project by the governmental entity. The governmental entity shall select those
services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify
them in the request for proposals.
(d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction
documents, selection criteria, estimated budget, project scope, schedule, and other information that
contractors may require to respond to the request. The governmental entity shall state in the request for
proposals the selection criteria that will be used in selecting the successful offeror.
(e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any
are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of
opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation
to the published selection criteria.
(f) The governmental entity shall select the offeror that offers the best value for the governmental entity based
on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt
_! to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may
discuss with the selected offeror options for a scope or time modification and any price change associated
with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror,
the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the
next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected.
(g) In determining best value for the governmental entity, the governmental entity is not restricted to
considering price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
Pate Intentionally Left Blank
REVISED
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: February 4, 2014
PROJECT NUMBER: RFP 14-1 1710-TF Slide Road Water Line Extension
Proposal of Utility Contractors of America, Inc. (hereinafter called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the construction of the Slide Road Water Line
Extension having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other
related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the intended project including the availability of materials and Labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the
work required under the contract documents.
Base Bid:
ITEM
DESCRIPTION
Q Y
U/M
UNIT COST
EXTENDED COST
I
Mobilization - Contractor mobilization
1
LS
20,000.00
20,000.00
including move -in and move -out cost.
Provide and maintain a Traffic Control Plan -
2
Preparation, approval from COL Traffic
1
LS
2,500.00
2,500.00
Engineering, and all other work considered
incidental to this item.
Provide and maintain a SWPPP - Including
3
preparation, NOI, NOT, and all other work
1
LS
7,500.00
7,500.00
considered incidental to this item.
4
Trench Safety - Complete and in place.
9480
LF
0.10
948.00
Furnish and install 6" C-900 DR-18 approved
water pipe in open cut trench, backfilled to
95% compaction, and tested as herein
5
specified, including all equipment, tools, and
50
LF
36.00
1,800.00
labor to perform work. Adjustments required
to the water line for utility crossings including
fittings and all necessary tools are subsidiary
to the bid item.
Offeror's Initials
REVISED
ITEM
DESCRIPTION
Q /Y
L`/M
UNIT COST
EXTENDED COST
Furnish and install 12" C-900 DR-1 S
approved water pipe in open cut trench,
backfilled to 95% compaction, and tested as
6
herein specified, including all equipment,
9430
LF
30.00
282,900.00
tools, and labor to perform work. Adjustments
required to the water line for utility crossings
including fittings and all necessary tools are
subsidiary to the bid item.
Furnish and install all required fittings as
7
herein specified, including all equipment,
10260
LBS
4.00
41,040.00
tools, and labor to perform work.
Furnish and install Fire Hydrant and
S
reconnect as herein specified, including all
1 l
EA
4,100.00
45,100.00
equipment, tools, and labor to perform work.
Furnish and install 6" gate valve and box as
9
herein specified, including all equipment,
11
EA
1,000.00
11,000.00
tools, and labor to perform work.
Furnish and install 12" gate valve and box as
10
herein specified, including all equipment,
29
EA
2,800.00
81,200.00
tools, and labor to perform work.
11
Flowable backfill as approved, complete and
300
CY
in place per COL Specifications.
58.00
17,400.00
Furnish and bore 24" steel encasement with
12
spacers as herein specified, including all
261
LF
315.00
82,215.00
equipment, tools, and labor to perform work.
Furnish and install by open cut 24" steel
12a
encasement with spacers as herein specified,
254
LF
144.00
36,576.00
including all equipment, tools, and labor to
perform work.
Furnish and bore with no encasement under
13
existing street and pavement as herein
403
LF
177.00
71,331.00
specified, including all equipment, tools, and
labor to perform work.
Total Base Bid (Items 1-13):
701,510.00
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
PROPOSED DURATION
Number of days required for construction:
TOTAL CALENDAR DAYS: 80
2
Offeror's Initials
REVISED
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 180 Calendar Days.
180 Consecutive Calendar Days thereafter stipulated in the specifications and other contract documents. Offeror hereby
further agrees to pay to Owner as liquidated damages the sum of $300 for each consecutive calendar day in excess of the
time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with
.notrntinn ,,—l— 10 —Ftl,o (:--] to cIfF.—
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the
proposing.
The Offeror agrees that this proposal shall be good for a period of 70 calendar days after the scheduled closing time for
receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence
work on the date specified in the written notice to proceed, and to substantially complete the work on which he has
proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of
the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him.
Offeror's Initials
REVISED
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's
Check or Certified Check for Dollars ($ ) or a Proposal Bond
in the sum of Five Percent Dollars ($ 56/o ), which it is agreed shall be collected
and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if
any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of
said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Secretary // `"
Offeror acJknowledges receipt of the following addenda:
Addenda No. 1
Date 1 /29/14
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: Febrwry 4, 2014
Y Lane
(Printed or Typed Name)
Utility Contractors of America, Inc.
Company
5805 C R 7700
Address
Lubbock Lubbock
City, County
TX 79424
State Zip Code
Telephone: 806 - 863-2642
Fax: 806 - 863-4132
Email: ro'ects ucatexas.com
FEDERAL TAX ID or SOCIAL SECURITY No.
75-2214193
MANBE Firm: Woman Black American Native American
Hispanic American I I Asian Pacific American Other (Specify)
REVISED
By Date: L/4/ 14
AuthorL:e7me
r entative -must sign by hand
Officer and Title: Ty Lane, President
Please Print
Business Telephone Number (806) 863-2642 FAX: (806) 863-4132
E-mail Address: projects@ucatexas.com
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over S50,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE RFP NUMBER, THE CLOSING DATE AND TIME, AND
YOUR COMPANY NAME AND ADDRESS.
5
Liberty
Tr•
SURETY
Document A31OTM — 2010
Conforms with The American Institute of Architects AIA Document 310
CONTRACTOR: SURETY:
("Name, legal status and address) (;Fame, legal status acid principal place of business)
UTILITY CONTRACTORS OF AMERICA, Liberty Mutual Insurance Company
INC. 175 Berkeley Street
Boston, MA 02116
OWNER:
(:Fame, legal status and address)
CITY OF LUBBOCK
Mailing Address for Notices
Liberty Mutual Insurance Company
Attention: Surety Claims Department
1001 4th Avenue, Suite 1700
Seattle, WA 98154
This document has important
legal consequences.
Consultation with an attorney is
encouraged with respect to its
completion or modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
BOND AMOUNT: FIVE PERCENT OF THE GREATEST AMOUNT BID ---------------------------
PROJECT:
(.Fame, location or address, and Project number, if arty
SLIDE ROAD WATER LINE EXTENSION
RFP 14-11710-TF
The Contractor and Surety are bound to the Owner in the amount set forth above. for the payment of which the Contractor and Surety bind
themselves, their heirs, executors, administrators. successors and assigns, jointly and severally, as provided herein. The conditions of this
Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period
as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with
the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in
the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of
this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another
party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The
Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the
bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor. the term Contractor in this Bond shall be deemed to he
Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in
this Bond conflicting with said statutory or Iegal requirement shall he deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed
as a statutory bond and not as a common law bond.
Signed and,sealed this 4th day of FEBRUARY . 2014
UTI
t-�4,e�rty M
a j (Surety),
(11,? tness MARLA HILL
NTRACTORS OAMERICA, INC.
/' (Seal)
_
P%.1NSUR9
j CPS" oy�
1912
ATTORNEY -IN -FACT
TT
d . &ACIi�s D
a
9iy *
LMS-10054 OW10
R THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5301918
°This Power of Attomey limps the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No.
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company Peerless Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of Ohio, that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts, that Peerless insurance Company is a corporation
duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein
collectively called the "Companiesl, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, HOWARD COWAN, MARLA HILL . .........................................
I ................ .......................................... .......... ....... ................... ... ............... .................................... ..................................................... .................... ....................................................................................
........
................... .............. .................................. ........................................................................................................................... ........... ........................................................................... ........................................
�t d
'tom' �
c
W
w
all of the city of LUBBOCK state of TEXAS each individually if there be more than one named, its true and lawful attomey-In-fad to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as If they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
iN WITNESS WHEREOF, this PowerofAtiomeyhas been subscribed by an authorzed officerororficial of the Companiesand the corporate seals of the Companies have been affixed thereto this
10th day of _ Apra 2012 .
STATE OF WASHINGTON
COUNTY OF KING
American Fire and Casualty Company 1
The Ohio Casualty Insurance Company
W
Liberty Mutual Insurance Company
Peerless Insurance Company
West American Insurance Company
By: M�'` "'q '`
C
Gregory W. Davenport, Assistant Secretary
On this 10th day of April 2012 . before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being
authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written.
fnr v _ By: rV✓/V\ir///b
r'ue:u KD Riley, Nota'rj Public
�=.
This Power of Attorney is made and executed pursuant to and b authority
y p y of the following By-laws andAutlioiizations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows:
ARTICLE N — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose In writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -In -fad, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizences and other surety obligations. Such attorneys -in -fed, subject to the limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as If signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fad under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
c
mARTICLE AI1— Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
O O and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fad, as may be necessary to ad in behalf of the Company to make, execute,
Z v seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and atested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such
II attorney -In -fact as may be necessary to ad on behalf of the Company to make, execute, seal, acknowledge and deriver as surety any and all undertakings, bonds, recwgnizances and other
surety obligations.
Authorization — By unanimous corisent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the
same force and effect as though manually affixed.
i, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West
American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 4TH day of FEBRUARY 20 14
: F � wes..r•�a:s 19Q1 i $ ' a By:
rzh '�E 11. Si Al oa `c i ii& Sf Af. David M. Carey, Assistant Secrets
a e �-
�s�;?°yco�p� ry
POA-AFCC, L.MIC, OCIC, PIC & WAIC
LMS 12873 012012
i0 O
u�
>'W
m
EE
00
Q t�i
O�
d C
30
OE
LM
N_
L Q
�CD
O c
tv �
wa?
N
ch
Oo
v T-
h� �
f_
l
s_
CONTRACTORS STATEMENT OF QUALIFICATIONS (--
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for
the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection
of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by
the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. OUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as
well as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right
to require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances
and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project.
Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate
termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages
to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and
damages.
Complete the following information for your organization:
Contractor's General Information
Organization Doing Business As
Utility Contractors of America, Inc.
Business Address of Principle Office
5805 CR 7700
Lubbock, Texas 79424
Telephone Numbers
Main Number
806-863-2642
Fax Number
806-863-4132
Web Site Address
www,ucatexas.com
Form of Business (Check One)
'if a Corporation
Date of Incorporation
X A Corporation A Partnership An Individual
November 1, 1987
State of Incorporation
Texas
Chief Executive Officer's Name
Britt Lane
President's Name
Ty Lane
Vice President's Names)
Chris Balios
Troy Lane
Secretary's Name
Wanda Garrett
Treasurer's Name
Date of Organization
Marty Hamm
State Whether partnership is general or
limited
;if an Individual
Name
Business Address
Identify all individuals not previously named which exert a significant amountof •
organization
OrganizationInclicatiors of
Average Number of Current Full 41 Average Estimate of Revenue for the
Time Employees Icurrent Year
Contractor's Organizational Experience
Organization Doing Business As
Utility Contractors of America, Inc.
Business Address of Regional Office
S805 CR 7700
Lubbock, TX 79424
Name of Regional Office Manager
Ty Lane
Telephone Numbers
Main Number
806-863-2642
Fax Number
806-863-4132
Web Site Address www.ucatexas.com
List of names that this organization currently, has or anticipates operating under over the historof
the organization, including the names of related companies doing business:
Names of Organization
From Date
To Date
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization Percent Ownership
Construction Fxperience
Years experience in projects similar to the proposed project:
As a General Contractor
1 26
JAs a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to
complete any work awarded to it?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in
the past ten years?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or
proposer by any local, state, or federal agencey within the last five years?
No
If yes provide full details in a separate attachment. See attachment No.
is this organization or your proposed surety currently in any litigation or
contemplating litigation?
No
If yes provide full details In a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to
provide materials defined in the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
U,
Contractor's Proposed Key Personnel
Organization Doing Business As Utility Contractors of America, Inc.
ProposedOrganization
Provide a brief description of the managerial structure of the organization and illustrate with
an organizational chart. Include the title and names of key personnel. Include this chart as an
attachment to this description. See Attachment No. i
Ty Lane is the acting President/ Lead Project Manager on major projects. Marty Flamm, Troy Lane and
Chris Balios are Vice Presidents and at times act as Project Managers as well as Superintendents.
Superintendents are Leo Garcia, Lorenzo Vasquez and Gilbert Prieto and they answer ultimately to Ty
Lane and then to the Vice Presidents.
Provide a brief description of the managerial structure proposed for this project and illustrate
with an organizational chart. Include the title and names of key personnel. Include this chart
as an attachment to this description.
Ty Lane is to be the acting Project Manager. Chris Balios is to be the Project Superintendent, Safety
Officer, and Quality Control Manager.
,Experience of Key Personnel
Provide information on the Key Personnel proposed for this project that will provide the
following key functions. Provide information for candidates for each of these positions on
the pages for each of these Key Personnel. Also provide biographical information for each
primary and alternate candidate as an attachment. The biographical information must include
the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and
responsibilities for each assignment, and primary language. Additional information
highlighting experience which makes them the best candidate for the assignment should also
be included.
Role
Primary Candidate
Project Manager
Ty Lane
Project Superintendent
Chris Balios
Project Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
If Key personnel are to fulfill more than one of the roles listed above, provide a written
narrative describing how much time will be devoted to each function, their qualifications
to fulfill each role and the percentage of time that will be devoted to each role. If the
individual is not to be devoted solely to this project, indicate how much time it to be divided
between this project and their other assignments.
Proposed Project Manager
Organization Doing Business As
Name of Individual
Utility Contractors of America, Inc.
Ty Lane
Years of Experience as Project Manager
26
Years of Experience with this Organization
26
Number of similar projects as Project Manager
10
Number of similar projects in other positions
5
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
Reference Contact Information
Name
(listing names indicates
Keith Smith
approval to contacting
Name
the names individuals as a
Mike Keenum
Title/Position
Public Works Director
Title/Position
Engineer
Organization
City of Lubbock
Organization
City of Lubbock
Telephone
806-775-2341
Telephone
806-775-2393
E-mail
KSmith@mail.cl.lubbock.tx,us
E-mail
mkeenumPmail.ci.iubbock.tx.us
Project
All City of Lubbock Projects
Project
South Lubbock Drainage
Candidate role on
Project
Alternate Candidate
Name of Individual
Candidate role on
Project Project Manager
Years of Experience as Project Manager
Years of Experience with this Organization
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
Reference Contact information
ref ere nce)
Name
(listing names indicates
approval to cootacting
Name
the names individuals as a
Title/Position
Title/Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Proposed Project Superintendent
Organization Doing Business As
PrimarV Candidate
Name of Individual
Utility Contrators of America, Inc.
Chris Balios
Years of Experience as Superintendent
26
Years of Experience with this Organization
26
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
Reference Contact Information (listing names indicates approval to contacting the natries individuals as a
Name Keith Smith Name Wood Franklin
Title/Position
Public Works Director
'title/Position
Engineer
Organization
City of Lubbock
Organization
City of Lubbock
Telephone
806-775-2341
Telephone
806-775-2343
E-mail
KSmith@mall.a_lubbock.tx.us
E-mail
wfran lin@mylubbock.g�
Project
All City of Lubbock Projects
Project
Marsha sharp Freeway
Candidate role on
Project I
Alternate
Name of Individual
Candidate role on
I Project I Supervisor
Candidate
Troy Lane
Years of Experience as Superintendent
Years of Experience with this Organization
21
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
Contact Information (listing names indicates
Name
approvalReference
Name
Title/Position
Title/Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Proposed Project Safety Officer
Organization Doing Business As
Primary Candidate
Name of Individual
Utility Contrators of America, Inc.
Chris Balios
Years of Experience as Safety Officer
Years of Experience with this Organization
26
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
Reference Contact Informationto
contacting
the names individuals as a
Wood Franklin
Name
Keith Smith
Name
Title/Position
Public Works Director
Title/Position
Engineer
Organization
City of Lubbock
Organization
City of Lubbock
Telephone
806-775-2341
Telephone
806-775-2343
E-mail
KSmith@matl.ci,lubbock.tx.us
E-mail
wfranklin@mylubbock.us
Project
All City of Lubbock Projects
Project
Marsha sharp freeway
Candidate role on
Project I
Alternate Candidate
Name of Individual
Candidate role on
I Project Supervisor
Marty Hamm
Years of Experience as Safety Officer
Years of Experience with this Organization
24
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assi nment
Percent of Time Used for this
Project
Estimated Project
Completion Date
Reference Contact Information (listing names indicates
approval to contacting
the names individuals as a
Name
Name
Title/Position
Title/Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Proposed Project Quality Control Manager
Organization Doing Business As
CandidatePrimary
Name of Individual
Utility Contrators of America, Inc.
Chris Balios
Years of Experience as Quality Control Manager
11
Years of Experience with this Organization
26
Number of similar projects as Quality Manager
7
Number of similar projects in other positions
2
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
34th Street Waterline Replacement
40%
1/29/2009
Contact•indicatesapproval
Name Keith Smith
to contactingindividuals
Name Wood Franklin
Title/Position
Public Works Director
Title/Position
Engineer
Organization
City of Lubbock
Organization
City of Lubbock
Telephone
806-775-2341
Telephone
806-775-2343
E-mail
KSmith@mail.ci.lubbock.tx.us
E-mail
wfranklin@mylubbock.us
Project
All City of Lubbock Projects
Project
34th Street Waterline
Candidate role on
Project
Alternate Candidate
Name of Individual
Candidate role on
I Project Quality Control Manager
Years of Experience as Quality Control Manager
Years of Experience with this Organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
ContactReference •rmation (listing names indicates
Name
appro,,ral. contacting
Name
Title/Position
Title/Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Contractors Project Experience and Resources
Orgrovanization Doing Business As Utility Contractors of America, Inc.
.,
Pide a list of Major Projects that are currently Underway, or have been completed within the last five years.
See Attachement
rov e a completed project m ormation form for projects Mat ave been completed n the last five years which
specifcly illustrate the organizations capability to provide best value to the Owner for this project.
See Attachment
Include a completed project information form for projects which illistrate the experience of the propesed key
personnel. See Attachment
Provide a description of your organizations approach to completing this project to provide best value
for the Owner. Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
S. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meeting HUB / MWBE Participation Goal
Provide a list of major equipment proposed on this project. Attach additional information if necessary
Equipment Item
Primary Use on Project
Own
Will Buy
Lease
390 Excavator
Trench Exvacation
x
345 Excavator (2)
Trench Excavation/Compaction
x
330 Excavator (2)
Pipe Installation
x
966G Loader (2)
Embedment
x
950G Loader (2)
Embedment
x
420 Rubber tire backhoe (2)
Site Maintinance
x
14G Maintainer
Site Maintinance
x
Division of Work between Organization
What work will the organization complete using its own resources?
All except boring, surveying, and SW31)
What work does the organization propose to subcontract on this project?
Boring, Surveying, and SW3P
Contractor's subcontractors and Vendors
Organization Doing Business As Utility Contractors of America, Inc.
Project Subcontractors
Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts)
Name
Work to be Provided
Est. Percent of Contract
HUB/MWBE firm
Provide information on the proposed key personnel, project experience and description of past relationship and
work experience for each subcontractor listed above using the Project information Forms
Equipment Vendors
Provide a list of major equipment proposed for use on this eroject. Attach additional information if necessary
Vendor Name
Equipment/ Material Provided
Furnish
only
Furnish and
install
HUB / MWBE
Firm
Western Industrial
pipe
x
O'Tool
pipe
x
Current Major Projects
Project Owner
City of Lubbock
JProject Name 98th St Paving Improvements (Albany to Huron)
General Description of Project:
Water & Sanitary Sewer Infastructure
Project Cost
$1,073,800.53
Estimated Completion Date
Key Project Personnel
Project Manager Superintendent Safety Officer
Quality Control
Ty Lane Marty Hamm Chris Balios
Chris Balios
Reference Contact Information (listing names Indicates approval to contacting the named individuals as a reference)
Name
Title/Position Telephone
Email
Owner
Wood Franklin
Engineer (806) 775-2343 wfranklin@mylubbock.us
Designer
Construction Manager
Rick Humphries
Project Manager (806) 745-7498 rhumphries@allenbutler.com
Project Owner
City of Lubbock
I Project Name Northwest Lubbock Drainage Improvements
General Description of Project:
Storm Sewer Infastructure (10 x 10 Boxes)
Project Cost
$30,899,370.70
Estimated Completion Date May 2014
Key Project Personnel
Project Manager Superintendent Safety Officer Quality Control
Ty Lane Chris Balios Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Mike Keenum
Inspector (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us
Designer
Construction Manager
Paul McMillian
Engineer (806) 473-2200 PMcmillen@team-psc.com
Project Owner
City of Lubbock
JProject Name
Milwaukee Ave Paving Improvements
General Description of Project:
Remove & Relocate water & sewer infastructure for new road
Project Cost
$2,511,467.50
JEstimated Completion Date
December 2013
Key Project Personnel
Project Manager Superintendent
Safety Officer Quality Control
Ty Lane Marty Hamm
Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named Individuals as a reference)
Name
Title/Position Telephone
Email
Owner
Mike Keenum
Engineer (806) 775-2393
Mkeenum@mail.ci.lubbock.tx.us
Designer
Construction Manager
Rick Humphries
Project Manager (806) 745-7498
rhumphries@allenbutlerfrom
p m^^®^A""%
6Y
Major Projects completed within the last 10 Years
Project Owner
City of Lubbock
Project Name 1-27
General Description of Project:
14,000 ft of 24" to 48" Steel Cylinder lines
Project Cost
$6,000,000.00
Date Project Completed 1998
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Ty Lane Ty Lane Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Mike Keenum
Engineer (806) 775-2393 mkeenum@mylubbock.us
Designer
Construction Manager
Project Owner City of Amarillo, Texas
Project Name Fleming Street Storm Sewer
General Description of Project:
Project Cost $1,454,883.00
Date Project Completed 5/16/2003
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Ty Lane Cody Hamm Cody Hamm Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner Martin Rodin
Engineer
Designer
Construction Manager
Project Owner
City of Lubbock, Texas
Project Name Annexation Sanitary Sewer Improvements
General Description of Project:
29,978 Lf of 36" and 48" Sewerline
Project Cost
$4,717,409.00
Date Project Completed 4/1/2004
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Ty Lane Leo Garcia Taylor Condit Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Mike Keenum
Engineer (806) 775-2393 mkeenum@mylubbock.us
Designer
Construction Manager
David Ockerman
Inspector (806) 548-4152
Project Owner
TXDOT
Project Name Marsha Sharp Freeway
General Description of Project:
24" & 30" steel cylinder water lines
Project Cost
$3,767,944.32
Date Project Completed 10/1/2007
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Ty Lane Marty Hamm Taylor Condit Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Brian Wilson
Engineer (806) 748-4496
Designer
Construction Manager
Rob Comey
Engineer (806) 771-7283
Project Owner
City of Lubbock, Texas
I Project Name
Railport Industrial Improvements
General Description of Project:
9505 LF of 8" and 16" Waterline; 6133 LF of 6" and 10" Sewerline
Project Cost
$1,255,983.00
1 Date Project Completed
3/7/2008
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Cody Hamm
Cody Hamm Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone
Email
Owner
Wood Franklin
Engineer (806) 775-2343
wfranklin�'7a mylubbock.us
Designer
Brian Stephens
Engineer (806) 473-2200
bstephens@team-psc.com
Construction Manager
Mark Carpenter
Inspector (806) 473-2200
Project Owner
City of Lubbock, Texas
Project Name
South Central Drainage Improvements
General Description of Project:
29990 LF of 24" to 72" Cast In Place Storm Sewer up to 50' in depth
Project Cost
$5,811,646.00
Date Project Completed
9/30/2008
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Leo Garcia
Taylor Condit Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone
Email
Owner
Mike Keenum
Engineer (806) 775-2393
mkeenum@mylubbock.us
Designer
Paul Mcmillan
Engineer (806) 473-2200
pmcmilian@team-psc.com
Construction Manager
Don McClenan
Inspector (806) 473-2200
dmccienan@team-psc.com
Project Owner
City of Lubbock, Texas
Project Name
98th Street Roadway & Drainage Improvements
General Description of Project:
Project Cost
$3,885,233.58
Date Project Completed 10/1/2008
Key Project Personnel
Project Manager
Project Safety Officer Quality Control
Ty Lane
Lorenzo Vasquez Taylor Condit Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone Email
Owner
Wood Franklin
Engineer
(806) 775-2343 wfranklin@mylubbock.us
Designer
Gary Dawson
Engineer
(806) 775-2343 gdawson@mylubbock.us
Construction Manager
Rod Pederson
Inspector
(806) 928-6561
Project Owner Lubbock Economic Development Alliance
lProject Name
Lubbock Business Park - Phase 1A and 2A
General Description of Project:
381 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10"
Waterline; 10162 LF 12" Waterline and 5698 LF of 12" Sewerlin
Project Cost
$5,808,790.17
1 Date Project Completed 1/8/2009
Key Project Personnel
Project Manager
Project Safety Officer Quality Control
Ty Lane
Leo Garcia Taylor Condit Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names
individuals as a reference)
Name Title/Position
Telephone Email
Owner
LEDA
(806) 749-4500
Designer
Mark Haberer Engineer
(806) 473-2200 mhaberer@team-psc.com
Construction Manager
Mark Carpenter Inspector
(806) 777-0160
Project Owner
City of Lubbock, Texas
Project Name
South Lubbock Drainage Project
General Description of Project:
46210 LF of 24"-54" Storm Sewer; 10,958 LF 24"-54" Bore. Depths 5'-25'
Project Cost
$30,704,058.50
1 Date Project Completed
6/1/2009
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Leo Garcia
Taylor Condit Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone
Email
Owner
Marsha Reed
Engineer (806) 775-2335
mreed@mail.ci.lubbock.us
Designer
Paul McMillan
Engineer (806) 743-2200
pmcmillan@team-psc.com
Construction Manager
Don MacCleanan
Inspector (806) 781-8480
dmcclenan@team-psc.com
Project Owner
City of Lubbock, Texas
I Project Name
Pump Station No.15
General Description of Project:
23380' 16" Waterline; 1665' 24" Steel Casing in Bore and Pump Station Improvements
Project Cost
$1,985,321.00
1 Date Project Completed
1/15/2010
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Cody Hamm
Chad Pabody Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone
Email
Owner
Darlene Doss
Buyer (806) 775-2168
ddoss@mylubbock.us
Designer
Brian Stephens
Engineer (806) 473-2200
bstephens@team-psc.com
Construction Manager
Mark Carpenter
Inspector (806) 777-0160
Project Owner Lubbock Economic Development Alliance
I Project Name
Lubbock Business Park - Phase lb
General Description of Project:
2410' - 10", 3280' - 12", 2315'-20" Waterline and 4156' - 12" Sewerline
Project Cost
$1,004,550.48 1
Date Project Completed
3/1/2010
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Lorenzo Vasquez
Chad Pabody Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name Title/Position Telephone
Email
Owner
Designer
Brian Stephens Engineer (806) 473-2200
bstephens@team-psc.com
Construction Manager
Rick Humphries Project Manager (806) 745-7498
rhumphries@alienbutler.net
Project Owner
City of Lubbock, Texas I
Project Name
34th Street Waterline Replacement
General Description of Project:
500' - 6", 1000'- 8", 100'- 10", 4800'- 12", 18500'- 16"
and 6200'- 24" Waterline
Project Cost
$5,228,109.47
1 Date Project Completed
5/2/2010
Key Project Personnel
Project Manager Project
Ty Lane Leo Garcia
Safety Officer Quality Control
Chad Pabody Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name Title/Position Telephone Email
Owner
Designer
Wood Franklin Engineer (806) 775-2343
John Marier Engineer (512) 912-5188
wfranklin@mylubbock.us
john.marier@hdrinc.com
'' ...__......: a. d.,.�—I e—.M........_.w 1..............._..: a. �._......��...� i.,.....,...,�...e d�,m,...�-,,..� i.�.e�.,...,.,�wa e.:�.._......,e a._........., _.ad L.... ....�1 ..�._.........,� �.,... ..,..,<a ��' ��.
Project Owner
City of Post, Texas
Project Name Post/Cedar Hills Water System Improvements
General Description of Project:
Installation of 27,000 LF 6"HDPE Waterline by boring and Pump station Improvements
Project Cost
$1,042,387.70
Date Project Completed 3/15/2011
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Chad Pabody Troy Lane Chad Pabody Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Arbie Taylor
City Manager (806) 495-2811 atayfor@postgarza.net
Designer
Dwight Brandt
Engineer (806) 681-8631 DLBrandt@brandtengineers.com
Construction Manager
Oscar Ostos
RPR (806) 681-8631 OscarO@brandtengineers.com
Project Owner
City of Wolfforth, Texas
Project Name
Wolfforth Sewer Expansion
General Description of Project:
Project Cost
$1,115,465.00
Date Project Completed 4/29/2011
Key Project Personnel
Project Manager
Project Safety Officer Quality Control
Ty Lane
Leo Garcia Chris Balios
Reference Contact Information (listing
names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone Email
Owner
Doug Hutchison
Inspector
(806) 885-4120
Designer
Construction Manager
Michael Adams
Project Manager
(806) 791-2300 michael.adams@ojdengineering.com
Project Owner
Lubbock Cooper ISD
Project Name
Cooper Middle School
General Description of Project:
3575 LF 8" Waterline; 2930 LF 10" Sewerline; Liftstation
Project Cost
$502,090.00
JDate
Project Completed
7/27/2011
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Lorenzo Vasquez
Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone
Email
Owner
Marsha Reed
Engineer (806) 775-2335
mreed@mail.ci.lubbock.tx.us
Designer
Gary Dawson
Engineer (806) 743-2201
gdawson@team-psc.com
Construction Manager
Micheal Haverdink
Project Manager (806) 745-9450
michael@sandiaconst.com
Project Owner
City of Lubbock, Texas
1
Project Name
Indiana Paving Improvements
General Description of Project:
Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing
Project Cost
$1,330,284.88
Date Project Completed
7/29/2011
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Lorenzo Vasquez
Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as
a reference)
Name
Title/Position Telephone
Email
Owner
Wood Franklin
Engineer (806) 775-2343
wfranklin@mvlubbock.us
Designer
Leslie Bruce
Engineer
Construction Manager
Rick Humphries
Project Manager (806) 745-7498
rhumphries@a lien butler, net
Project Owner
City of Denver City
I Project Name Denver City Well Field Improvements
General Description of Project:
Installation of 16" water line and Pump station Imp.
Project Cost
$488,974.50
1 Date Project Completed 8/31/2011
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Ty Lane Leo Garcia Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Designer
Construction Manager
James Tompkins
(432) 523-2181 JamesT@wtcengineering.com
Project Owner
City of Lubbock, Texas
I Project Name Quaker Ave Reconstruction from 114th to FM 1585
General Description of Project:
Installation of water, sewer, & storm sewer lines
Project Cost
$675,267.76
Date Project Completed 8/31/11
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Ty Lane Marty Hamm Chris Balios Chris Ba►ios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Designer
Construction Manager
Ryan Duininck
Project Manager (817) 491-0946 RCDuininck@dbitx.com
Project Owner
City of Plainview, Texas
Project Name
Plainview Water Reconstruction
General Description of Project:
Installation of 12", 10", 8", 6", 4"
water lines
Project Cost
$1,550,258.75
Date Project Completed
December 2011
Key Project Personnel
Project Manager Project
Safety Officer Quality Control
Ty Lane Chris Balios
Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
Title/Position Telephone
Email
Owner
Mike Gilliland
Engineer (806) 296-1150
mgilliland@ci.plainview.tx.us
Designer
Construction Manager
Brandon Autry
Engineer (806) 771-5976
bautry@amdeng.com
Project Owner
City of Levelland
Project Name Lee St. Water System Improvements
General Description of Project:
Installation of 14" water line; pump station Improvements
Project Cost
$761,015.00
Date Project Completed April 2012
Key Project Personnel
Project Manager Project Safety Officer Quality Control
Ty Lane Chris Balios Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Designer
Construction Manager
Leonard Nail
Engineer (806) 473-2200 Inail@team-psc.com
Project Owner
City of Lubbock
Project Name
Lubbock Downtown Redevelopment
General Description of Project:
Project Cost
$2,058,474.04
Date Project Completed
December 2012
Key Project Personnel
Project Manager
Superintendent
Safety Officer Quality Control
Ty Lane
Troy Lane
Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Mike Keenum
Engineer
(806) 775-2393
mkeenum@mylubbock.us
Designer
Construction Manager
Joseph Van Deventer
Engineer
(806) 795-6827
JVanDeventer@SGSEng.com
Project Owner
DCOS
JProject Name Industrial Park
General Description of Project:
Water & Sanitary Sewer Infastructure
Project Cost
$1,468,648.15
Date Project Completed January 2013
Key Project Personnel
Project Manager Superintendent Safety Officer Quality Control
Ty Lane Marty Hamm Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Designer
Construction Manager
George Villarreal
Engineer (806) 473-3563 GVillarreal@team-psc.com
Project Owner
City of Levelland
Project Name 2012 Water System Improvements
General Description of Project:
Replace 2" Cast Iron with 6" & 8" PVC
Project Cost
$250,810.00
Date Project Completed February 2013
Key Project Personnel
Project Manager Superintendent Safety Officer Quality Control
Ty Lane Steve Levitt Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position Telephone Email
Owner
Erik Rejino
(806) 894-0113 ereiino@levellandtexas.org
Designer
Construction Manager
Kristi Laverty
Engineer (806) 473-3634 klaverty@team-psc.com
Project Owner
City of Lubbock
JProject Name Reconstruction & Widening of Frankford Ave (98th to 114th)
General Description of Project:
Remove & Relocate water & sewer infastructure for new road
Project Cost
$287,978.50
Date Project Completed July 2013
Key Project Personnel
Project Manager Superintendent Safety Officer Quality Control
Ty Lane Marty Hamm Chris Balios Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position Telephone Email
Owner
John Turpin
Engineer (806) 775-2393 JTurpin@mai1.ci.1ubbock.tx.us
Designer
Construction Manager
Rick Humphries
Project Manager (806) 745-7498 rhumphries@a lienbutler.com
Project Owner
Costco
JProject Name Costco Warehouse, Lubbock
General Description of Project:
Water & Sanitary Sewer Infastructure
Project Cost
$936,831.00
Date Project Completed October 2013
Key Project Personnel
Project Manager Superintendent Safety Officer Quality Control
Ty Lane Chris Balios Chris Balios Chris Balios
Reference Contact Information (listing
names indicates approval to contacting the names individuals as a reference)
Name
Title/Position Telephone Email
Owner
Designer
Construction Manager
Jerry Pollock
Project Manager (425) 531-1077 ierryo iacksondean.com
Project Information Sheet
Current
Project Owner
I City of Lubbock
Project Name
98th St, Paving Improvements (Albany to Huron)
General Project Description
Water and Sanitary Sewer Infastructure
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
°fo O Bi
Amount
Date
Days
Bid
$955,577.52
Notice to Proceed
8/22/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 118,223.01
12.37%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 118,223.01
12.37%
Actual / Estimated Substantial Completion Date
Nov 2012
Final Cost $ 1,073,800.53
Key Project Personnel
lActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
ContactReference .
.n (lisiing names indicates approval . contacling the names Individuals
Name Title/position Organization Telephone Email
Owner
Wood Franklin
Engineer City of Lubbock, Texas (806) 775-2343 wfranklin(&inail.ci.lubbock.tx.us
Designer
Construction Manager
Rick Humphries
Project Mgr Allen Butler Construction (806) 745-7498 rhumohries(&allenbuder.net
Surety
Issues / Disputes Resolved
resolved 0
Howard Cowan
or Pending Resolution by Arbitration,
issues
I Attorney Liberty Mutual (806) 722-2663
Litigation or Dispute Review Boards
0 Number of issues Pending Olin Resolved issues 0
L L_ ; 77 77
�1
Project Information Sheet
Current
Project Owner
I City of Lubbock
Project Name
Northwest Lubbock Drainage Improvements
General Project Description
Storm Sewer Infastructure (10 x 10 Boxes)
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
% o Br
Amount
Date
Days
Bid
$ 30,899,370.70
Notice to Proceed
4/23/2012
Change Orders
Contract Substantial Completion Date at Notice to Proceed
4/3/2014
710
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
5/18/2014
755
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ -
0.00°A
Actual / Estimated Substantial Completion Date
4/3/2014
Final Cost S 30,899,370.70
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
5/18/2014
Quality Manager
Name
Ty Lane
Chris Balios
Chris Salios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
ContactReference .
.n (listing names indicates approval.
Name
contacting the names individuals
Title/position Organization Telephone Email
Owner
Mike Keenum
Engineer City of Lubbock, Texas (806) 775-2393 Weenum(a@mad.cLl,bbocUx us
Designer
Construction Manager
Paul McMillen
Engineer Parkhill, Smith & Cooper (806) 473-2200 pmcmillenCcyteam-psc.com
Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663
Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards
resolved 0 issues 1 01 Number of issues Pending I Olin Resolved issues 0
Project information Sheet
Current
Project Owner
City of Lubbock JProject
Name
Milwaukee Ave Paving Improvements
General Project Description
Remove and Relocate water and sewer infastructure for new road
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
10 Bi
Amount
Date
Days
Bid
$ 2,511,467.50
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00%
Actual / Estimated Substantial Completion Date
Final Cost $ 2,511,467.50
Key Project Personnel
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
12/2013
Quality Manager
Name
Ty Lane
Marty Hamm Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact information (listing names indicates approval
to contacting
the names individuals as a reference)
Organization Telephone Email
Name
Title/position
_
Owner Mike Keenum
Engineer
City of Lubbock, Texas (806) 775-2393 Mkeenum@mad.cdubbock.tx.us
Designer
Construction Manager Rick Humphnes
Project Mgr
Allen Butler Construction (806) 745.7498 rhumphriesftallenbutler.net
Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663
i Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards
resolved I D issues I 0 Number of issues Pending I Olin Resolved issues 0
Project Information Sheet
Completed
Project Owner
I City of Lubbock, Texas
Project Name Annexation Sanitary Sewer Improvements
General Project Description
The Project Consisted of 29,978 LF of 36" and 48" Sanitary Sewer Pipe.
Project Budget and Schedule Performance History Schedule Performance
Amount
%of Bid
Amount
Date
Days
Bid
$ 4,717,409.D0
Notice to Proceed
5/5/2002
720
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
S -
0.00%
Actual / Estimated Substantial Completion Date
Final Cost 5 4,717,409.00
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
4/1/20041 696
Quality Manager
Name
Troy Lane
Leo Garcia
Taylor Condit
Chris Balios
Percentage of Time Devoted to the Project
100%
100%
40%
50%
Proposed for this Project
Troy Lane
Leo Garcia
Taylor Condit
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
ContactReference .
.n (listing names Indicates approval
Name
. contacting
Title/position
the names individuals
Organization Telephone Email
Owner
Mike Keenum
Engineer
City of Lubbock (806} 775.2393 mkeenumPmylubbock.us
Designer
Construction Manager
David Ockerman
Inspector
City of Lubbock (806) 548-4152
Surety
Issues / Disputes Resolved.
Number of issues ToTisosues
resolved
Howard Cowan
.ing Resolution by Arbitration,.
tal Amount involved in Resolved
1
Attorney
or Dispute
0
SafeCo (425) 376-6535
Review Boards
Total amount involved
Number of issues Pending F0 in Resolved issues 0
Project Information Sheet
Completed
Project Owner
I City Of Lubbock, Texas
Project Name T Marsha Sharp Freeway
General Project Description
This Project consisted of 27,154 LF of 24" to 60" Cast -In -Place Pipe and Steel Cylindar Lines with inlets and Junction Boxes ranging in depth from 6' to 24'
Project Budget fiSchedule
Budget History Schedule Performance
Amount
% of B'
Amount
Date
Days
Bid
$ 3,451,540.15
Notice to Proceed
7/5/2005
840
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 316,404.17
9.17%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design issues
Change Order Authorized Final Completion Date
Total
$ 316,404.17
9.17%
Actual / Estimated Substantial Completion Date
Final Cost $ 3,767,944.32
Key Project Personnel
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
10/1/20071 806
Quality Manager
Name
Ty Lane
Marty Flamm Taylor Condit
Chris Balios
Percentage of Time Devoted to the Project
SO%
100% 50%
30%
Proposed for this Project
Ty Lane
Marty Flamm Taylor Condit
Chris Bahos
Did individual Complete the Project?
t yes Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Contact.
. approval
Name
. contacting
the names individuals
Organization Telephone Email
Title/position
Owner
Brian Wilson
Engineer
TxDot (806) 748-4496
Designer
Engineer
PBQ&D inc.
Construction Manager
David Ockerman
Inspector
City of Lubbock (806) 548-4152
Surety
Issues / Disputes d
Number of issues
resolved 4ues
Howard Cowan
or Pending Resolution by Arbitration,
tal Amount involved in Resolved
Fiso
JAttorney
Litigation or Dispute
1 316,404
SafeCo '425) 376.6535
Review Boards
Total amount involved
Number of issues Pending 0 in Resolved issues r 316,404
L
Project Information Sheet
Completed
Project Owner I City of Lubbock, Texas
1project Name
Railport Industrial Improvements
General Project Description
The Project consisted of 1680 LF of 8" Waterline; 7825 LF of 16" Waterline; 4123 LF 6" Sewerline; and 2010 LF of 10" Sewerline.
BudgetProject
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
5 1,214,548.00
Notice to Proceed
8/1/2007
240
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 41,435.00
3.41%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
S 41,435.00
3.41%
Actual / Estimated Substantial Completion Date
Final Cost $ 1,255,983.00
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
3/7/2008 217
Quality Manager
Name
Ty Lane
Cody Hamm
T Condit/Corey Hamm
Chris Balios
Percentage of Time Devoted to the Project
40%
1 001,10
100%
40%
Proposed for this Project
Ty Lance
Cody Hamm
Taylor Condit
Chris Bahos
Did individual Complete the Project?
Yes
Y
Yes
If not, who started or completed the project in their place.
Reason for Change
ContactReference .
.n (listlng names indicates approval.
Name
contacting the narnes individuals
Titte/position Organization Telephone. Emdd
Owner
Wood Franklin
Engineer City of Lubbock (806) 775-2343 wfran klin m lubbock,us
Designer
Brian Stephens
Engineer Parkhill,Smith & Cooper (806) 473-2199 bste hens team- sc.co n
Construction Manager
Mark Carpenter
Inspector Parkhill,Smith & Cooper (806) 473-2200 rricarpenter tearin-osc,com
Surety
Issues / Disputes Resolved
Number of issues 76isosues
resolved
Howard Cowan
or Pending Resolution by Arbitration,
tal Amount involved in Resolved
lAttorney Safeco 1 (425) 376.6535
Litigation or Dispute Review Boards
Total amount involved
41,435 Number of issues Pending Olin Resolved issues 41,435
Project information Sheet
Completed
Project Owner
I City of Lubbock, Texas
1project Name
South Central Lubbock Drainage Project
General Project Description
This Project Consisted of 29,990 LF of 24" to 72" Cast in Place Storm Sewer Ranging in Depths up to 50 feet.
BudgetProject
Budget History Schedule Performance
Amount
% of Did
Amount
Date
Days
Bid
$ 5,811,646.00
Notice to Proceed
2/2512007
590
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$
0.00
Actual / Estimated Substantial Completion Date
Final Cost S 5,811,646.00
Key Project Personnel
JActual / Estimated Final Completion
Project Manager
Date
Project Sup Safety Officer
9/30/2008 575
quality Manager
Name
Ty Lane%Troy Lane
Lea Garcia
Taylor Condit
Chns Balios
Percentage of Time Devoted to the Project
30
100
40%
60%
Proposed for this Project
Ty Lane
Lea Garcia
Taylor Condit
Chris Bali€is
Did individual Complete the Project?
Yes
Yes
I Yes
If not, who started or completed the project in their place.
Reason for Change
ContactReference .
.n (listing names indicates approval.
Name
contacting the names individuals
Title/position Organization Telephone Email
Owner
Mike Keenurn
Engineer City of Lubbock (806) 775-2393 mkeenum(a)maii.ci.lubbock.tx.us
Designer
Paul Mcmilian
Engineer Parkhill,Smith&Cooper (806) 775-2393 pmcmillan@team-Rsc.com
Construction Manager
ikon McClenan
Inspector Parkhili,Smith&Cooper (806) 773-2200 dmcclenanPteam-gg com
Surety
Issues / Disputes Resolved
Number of issues
resolved 0
Howard Cowan
or Pending Resolution.
Total Amount involved in Resolved
issues
JAttorney Safeco (425) 376-6535
or Dispute Review Boards
JTotal amount involved
0 Number of issues Pending 0 in Resolved issues 0
7-7
Project Information Sheet
Completed
Project Owner
City of Lubbock, Texas
lProject Name
I 98th Street Roadway & Drainage improvements
General Project Description
The Project Consisted of 6972 LF of 24" to 36" Open Cut Storm Sewer with Curb inlet; 6540 LF of 6" to 16" Water Pipe ranging in depth form 5'-25'.
BudgetProject
Budget History Schedule Performance
Amount
�o of Bid
Amount
Date
Days
Bid
S 3,790,134.00
Notice to Proceed
4/25/2006
Change Orders
Contract Substantial Completion Date at Notice to Proceed
480
Owner Enhancements
S 95,099,58
2.51%
Contract Final Completion Date at Notice to Proceed
250
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
$ 95,099.58
2.5114
Actual /Estimated Substantial Completion Date
5/5/,2008
730
LTotal
al Cost $ 3,885,233.58
KeV Project Personnel
JActuai / Estimated final Completion Date
Project Manager Project Sup Safety Officer
10/1/2008
Quality Manager
Name
Ty Lane
Cody Hamm
Cody Htanim
Chris Balios
Percentage of Time Devoted to the Project
50%
100%
100%
50%
Proposed for this Project
Ty Lane
Cody Hamm
Cody Hamm
Chris Balios
Did individual Complete the Project?
Yes
Yes
Yes
Yes
if not, who started or completed the project in their place.
Reason for Change
Reference Contact Information
(listing names indicates approval
Name
to contacting
the names individuals
Organization Telephone Email
Title/position
Ownt-
Wood Franklin
Engineer
City of Lubbock (806) 775.2343 wfranklin@mvlubbock.us
De>il;ner
Gary Dawson
Engineer
City of Lubbock (806) 775 2343 dawson@mylubbock.us
Construttion Manager
Ran Pederson
Inspector
Parkhill,Smith&Cooper (806) 928.6561
Surety
Issues / Disputes Resolved.
Number of issues JTotal
resolved 4
Howard Cowan
«ing Resolution by Arbitration,
Amount involved in I
issues
Attorney Safeco 1 (425) 376-6535
Litigation or Dispute Review Boards
I Total amount involved
95,099,58 Number of issues Pending 0 in Resolved issues 108,421.50
Project information Sheet
Completed
Project Owner
I Lubbock Economic Development Alliance
Project Name
Lubbock Business Park - Phase 1A and 2A
General Project Description
The Project consisted of 881 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5699 LF of 12" Sewerline.
Project Budget and Schedule Perlormance
Budget History Schedule Performance
Amount
%of Bid
Amount
Date
Days
Bid
S 4,844,662.00
Notice to Proceed
9/1/2007
700
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 964,128,17
19,90
Contract Final Completion Date at Notice to Proceed
2/3/2009
120
Unforeseen Conditions
_
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Toter
5 964,128.17
19,90`
Actual / Estimated Substantial Completion Date
Final Cost S 5,808,790.17
ProjectKey Personnel
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
1/8/20091 818
Quality Manager
Nome
Ty Lane
Lorenzo Vasquez
Taylor Condit
Chris Balios
Percentage of Time Devoted to the Project
30%
100%
30
30%
Proposed for this Project
Ty Lane
Lorenzo Vasquez
Taylor Condit
Chris Bahos
Did individual Complete the Project?
Yes
Yes
'Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
ContactReference .
.n (listing names indicates approval.
Name
contacting the names individuals
Title/position Organization Telephone
Email
Owner
LEDA (806) 749-4500
Designer
Mark Haberer
Engineer Parkhill,Smith&Cooper (806) 473-2200
mhaberer@team-nsc.com
Construction Manager
Mark Carpenter
Inspector City of Lubbock (806) 777-0160
Surety
I Howard Cowan
JAttorney Safeco (425) 376-6535
Issues / Disputes
Number of issues
resolved
d
or Pending Resolution by Arbitration,
tal Amount involved in Resolved
ris:ues
Litigation or Dispute Review Boards
Total amount involved
964'128.17 Number of issues Pending 0 in Resolved issues 964,128.17
r 7,
Project Information Sheet
Completed
Project Owner
I City of Lubbock, Texas
JProject Name
South Lubbock Drainage Project
General Project Description
The Project consisted of 30,410 Lf of 54" Open Cut Storm Sewer pipe; 2826 LF of 42" Open Cut Storm Sewer; 9058 LF of 36" Open Cut Storm Sewer; 1354 LF Open Cut
Storm Sewer; 3562 LF Open Cut storm Sewer. 6425 LF 54" Bored Storm Sewer; 702 LF 42" Bored Sorm Sewer; 2202 LF 36" Bored Storm Sewer; 380 LF 30" Bored Storm
Sewer; and 1541 LF 24" Bored Storm Sewer.
BudgetProject
Budget History ISchedule Performance
Amount $
%b of Bid
Amount
Date
Days
Bid_
$ 25,699,455.50
Notice to Proceed
10/27/2005
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
5,004,603.00
19,47%
Contract Final Completion Date at Notice to Proceed
10/27/2009
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 5,004,603,00
19.47%
Actual / Estimated Substantial Completion Date
5/1/2009
1262
Final Cost I S 30,704,058,50
PersonnelKey Project
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
6/1/20091 1292
Quality Manager
_
Name
Ty Lane
Chris Balics Taylor Condit
Marty Hamm
Percentage of Time Devoted to the Project
60%
60 , 60 'a
40%
Proposed for this Project
Ty Lane
Chris Balios Taylor Condit
Marty Hamm
Did individual Complete the Project?
Yes
Yes Yes
Yes
If not, who started or completed the project in their place.
Reason for Change
Contact.
.n (listing names indicates approval.
contacting
Title/position
the names individuals
Organization
Telephone Email
NL4mc
Owner
Mike Keenum
Engineer
City of Lubbock, Texas
(806) 775-2393 MK=nm
Designer
Paul McMillen
Engineer
Parkhill,Smith & Cooper
(806) 473-2200 mcmillen team_ sc.com
Construction Manager
Don McClenan
Inspector
Parkhill,Smith & Cooper
(8061473-2200 c1mclenan @teamhpsrxom
Surety
Issues / Disputes Resolved
Number of issues
resolved 3
Howard Cowan lAtiorney
or Pending Resolution by Arbitration,
Total Amount involved in Resolved
issues
I
Litigation or Dispute
5004603.00
Safeco
Review Boards
Number of issues Pending
(425) 376-6535
Total amount involved
0 in Resolved issues 500463.00
Project Information Sheet
Completed
Project Owner I
City of Lubbock, Texas
Project Name
16 Inch Supply Line to Pump Station 15
General Project Description
oject Consisted of 23,380 LF of 16" Waterline running through Lubbock Airport to Pump Station No. 15.
Fis
BudgetProject
Budget History Schedule Performance
Amount
t- of Bid
Amount
Date
Days
Bid
S 985,321.00
Notice to Proceed
6/29/2009
Change Orders
Contract Substantial Completion Date at Notice to Proceed
180
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
_
Change Order Authorized Final Completion Date
Total
$
0,00%
Actual / Estimated Substantial Completion Date
12124/2009
178
Final Cost 985,321.00
PersonnelKey Project
JActual / Estimated Final Completion
Project Manager
Date
Project Sup Safety Officer
1/15/20101 224
Quality Manager
Name
Ty Lane
Cody Hamm Taylor Condit
Chris Balios
Percentage of Time Devoted to the Project
100% 30%
30%
Proposed for this Project
Ty Lane
Cody Hamm Taylor Condit
Chris Balios
Did individual Complete the Project?
Yes
Yes No
Yes
If not, who started or completed the project in their place.
Troy lane
Reason for Change
Resignation
Reference Contact Information
(listing names indicates approval
Name
Title/position Organization Telephone Email
Owner
Darleen !Joss
Buyer City of Lubbock (80,6) 775.2168
ddoss mvlubbock.us
Designer
Brun Stephens
Engineer Parkhill,Smith&Cooper (806) 473-2200
bstephens@tggM.:,psc.com
Construction Manager
Mark Carpenter
Inspector of Lubbock (806) 777-0160
Surety
Issues / Disputes Resolved.
Number of issues
resolved 0
Howard Cowan
Total Amount Involved in Resolved
issues
JAttorney Safeco (425) 376.6535
Boards
Total amount involved
0 Number of issues Pending 0 in Resolved issues 0
Project Information Sheet
Completed
Project Owner
I Lubbock Economic Development Alliance
Project Name
Lubbock Business Park - Phase 1B
General Project Description
Installation of 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' -12" Sewerline
Budgeti Project
Budget History Schedule Performance
Amount
3`0 o Bi
Amount
Date
Days
Bid
S 979,059.20
Notice to Proceed
6/15/2009
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 25,491.28
2.60
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
25,491.28
2.60
Actual /Estimated Substantial Completion Date
Final Cost S 1,004,550.48
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
3/1/2010
Quality Manager
Name
Ty Lane
Lorenzo Vasquez
Chad Pabody
Chris Dahas
Percentage of Time Devoted to the Project
100
Proposed for this Project
Did individu.il Complete the Project?
if not, who started or completed the project in their place.
Reason for Change
approvalReference Contact Information (listing names indicates
Name
; the names individuals as a reference)
Title/position Organization Telephone Email
Owner
Designer Brian Stephens
Engineer Parkhill,Smith&Cooper (806) 473-2200 bstephens@team-Asc.Com
Construction Manager Jason Hetler
Alien Butter Construction (806) 745-7498 iasonCEDallenbutter.net
Surety Howard Cowan
Issues / Disputes f . or Pending• • by •
resolved 4 issues
♦Litigationor
Attorney Liberty Mutual (806) 722-2663
• Boirds
25491.28 Number of issues Pending in ResZed issues
Project Information Sheet
Completed
Project Owner I
City of Lubbock, Texas
Project Name
34th Street waterline Replacement Project
General Project Description
This Project Constists the removal and replacement of 500 LF 6" Waterline; 1D00 LF of 8" Waterline; 100' 10" Waterline; 48DO LF of 12" Waterline; 18500' 16'
Waterline and 6200" of 24" Waterline and Relocating Steel Cylindar Lines.
BudgetProject Performance
Budget History Schedule Performance
Amount
°f of Bid
Amount
Date
Days
Bid
5 4,977,034.30
Notice to Proceed
9/25/2008
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 251,075,17
5.04%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
S 251,075,17
5.04 ,
Actual / Estimated Substantial Completion Date
Final Cost $ 5,228,109,47
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
51212010
Quality Manager
Name
Ty Lane
Leo Garcia
Taylor Condit
Chris Balios
Percentage of Time Devoted to the Project
50%
2009'°
40%
40%
Proposed for this Project
Ty Lane
Leo Garcia
Taylor Condit
Chris Balios
Did individual Complete the Project?
No
If not, who .I.,vied or completed the project in their place.
Chad Pabody
Reason for Change
Resignation
ContactReference .
. approval . contacling the names individuals
Name Title/position Organization Telephone Email
Owner
Zoltan Fekete
Engineer City of Lubbock, Texas (806) 775-3377 zfekete@mvlubbock,us
Designer
John Mader
Engineer HDR (512) 912-5188 iahn.marter@hdrinc.com
Surety
Howard Cowan
Attorney Liberty Mutual (806) 722-2663
ISSUe5 / Disputes Resolved
Number of issues
resolved
4
or Pending Resolution bV Arbitration,
Total Amount involved in Resolved
issues
Litigation or Dispute Review Boards
Total amount involved
251,075.17 Number of issues Pending % in Resolved issues 251,075.17
r �-r---- 1- ram^,+ r---�� } 7--.� r _-^ I _�1 r i 7_ y '�- �1
___ __ E
Project Information Sheet
Completed
Project Owner
I City of Post, Texas
Project Name Post/Cedar Hills Water System Improvements
General Project Description
installation of 27,000 LF of 6" HOPE Waterline by boring.
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
o B�
Amount
Date
Days
Bid
$ 875,309.90
Notice to Proceed
2/1/2010
Change Orders
lContract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 167,077.80
19.09%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Change Order Authorized Final Completion Date
Design Issues
Total
$ 167,077.80
19.09%
Actual / Estimated Substantial Completion Date
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
Chad Pabody Cody Hamm Chad Pabody
3/15/2011
Quality Manager
Ty Lane
Final Cost $ 1,042,387.70
Key Project Personnel
Name
Percentage of Time Devoted to the Project
25%
100%
25%
25%
Proposed for this Project
Chad Pabody
Cody Hamm
Chad Pabody
Ty Lane
Did individual Complete the Project?
Yes
No
Yes
Yes
if not, who started or completed the project in their place.
Troy Lane
Resignation
to contacting the names individuals as a reference)
Title/position Organization Telephone Email
City Mgr. City of Post„ Tx (806) 495-2811 atayior@postgarza.net
Engineer Brandt Engineers (806) 681-9631 00randt brandtenameers corn
RPR Brandt Engineers (806) 681-8631 0ostis9@brandten2ineers.com
Reason for Change
Reference Contact Information (listing names indicates approval
Name
Owner
Arbie Taylor
Designer
Construction Manager
Dwight Brandt
Oscar Ostis
Surety
ResolvedIssues / Disputes
Number of issues
resolved �
Howard Cowan
or Pending Resolution by Arbitration,
Total Amount involved in Resolved
issues
Attorney Liberty Mutual (806) 722-2663
Litigation or Dispute Review Boards
tal amount involved
167077.8 Number of issues PendingFTOResolved issues 267077.8
Project Information Sheet
Completed
Project Owner
I City of Wolfforth
Project Name
Wolfforth Sewer Expansion
General Project Description
Project Budget and Schedule Performance
Budget History Schedule Performance
% of Bid-
Amount Amount Date Days
Bid
$ 1,100,215.00
Notice to Proceed
9/1/2010
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 15,250.00
1,39%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
S 15,250,00
1,39 ',
Actual / Estimated Substantial Completion Date
Final Cost S 1,115,465.00
Key Project Personnel
lActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
J 4/2912011
Quality Manager
Name
Ty Lane
Leo Garcia
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact Information
(listing names indicates
approvalReference
Name
Title/position
Organization Telephone Email
Owner
Doug Hutchison
Inspector
(806) 885-4120
Designer
Construction Manager
Michael Adams
O1D Engineering (806) 791-2300 mrchael,aad rnslhlordenRrneermR cam
Liberty Mutual (806) 722-2663 Y
Surety
I Howard Cowan
Attorney
Issues / Disputes Resolved or Pending Resolution by Arbitration,
resolved 1 issues
Litigation or Dispute Review Boards
15250 Number of issues Pending lin Resolved issues 15250
Project Information Sheet
Completed
Project Owner Lubbock Cooper ISD
Project Name
Cooper Middle School
General Project Description
3575 LF 8" Waterline; 2930 LF 10" Sewerline
BudgetProject
Budget History
ISchedule Performance
Amount
°: of Bid
Amount
Date
Days
Bid
$ 488,248.00
Notice to Proceed
8/1/20D9
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design issues
S 33,842.00
2.84%
Change Order Authorized Final Completion Date
Total 1S
13,842=
2.84
Actual / Estimated Substantial Completion Date
Final Cost S 502,090.00
Key Project Personnel
lActual / Estimated Final Completion Date
project Manager Project Sup Safety Officer
7/27/2011
Quality Manager
Name
Ty Lane
Lorenzo Vasquez
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
Of not, who started or completed the project in their place.
Reason for Change
approvalReference Contact Information (listing names indicates
Name
.
Title/position Organization Telephone Email
Owner Marsha Reed
Engineer City of Lubbock (806) 775-2335
mreedPmaiLci.lubbock.tx.us
Designer Gary Dawson
Engineer Parkhill,Smith&Cooper (806) 743-2201
gdawsonCa7team-asc.com
Construction Manager Michael Haverdlnk
Project Mgr Sandia Construction (806) 745.9450
michael@sandiacanst.com
Surety Howard Cowan
Issues / Disputes • or Pending4 by Arbitration,
resolved 3 issues I
Attorney Liberty Mutual (806) 722-2663
Litigation or . Boards
13842 Number of issues Pending in Resolved issues
Project Information Sheet
Completed
Project Owner
City of Lubbock
JProject Name T
Indiana Paving Improvements
General Project Description
Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing
BudgetProject
Budget History Schedule Performance
Amount
% of B'
Amount
Date
Days
Bid
S 1,293,497.50
Notice to Proceed
2/1/2010
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 36,797.38
2.84%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 36,797.38
2.84%
Actual / Estimated Substantial Completion Date
Final Cost $ 1,330,284.88
PersonnelKey Project
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
7/29/2011
Quality Manager
Name
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact Information
(listing names Indicates
approvalReference
Name
.
Title/position Organization
Telephone Email
Owner
Wood Franklin
Engineer City of Lubbock
(806) 775-2343 wfranklinPrnylubbock.us
Designer
Leslie Bruce
Engineer
Construction Manager
Rick Humphries
Project Mgr Allen Butler Construction
(806) 745-7499 rhumOhries@allenbutler.net
Surety
Howard Cowan
Attorney Liberty Mutual
(806) 722-2663
d
resolved 2
or Pending Resolution by Arbitration, Litigation or Dispute Review Boards
issues 36787.38 Number of issues Pending in Resolved issues 36797.38
'--- •-- -, r --, r -- r— 7� ----
. --7
Project Information Sheet
Completed
Project Owner
I City of Denver City
Project Name
Denver City Well Field Improvements
General Project Description
[Installation of 16" water line
Project Budget and Schedule Performance
Budget Histo ISchedule Performance
Amount
% ol Bid
Amount
Date
Days
Bid
$ 196,595,75
Notice to Proceed
6/1/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 292,378.75
149.72%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 292,378.75
148.72%
Actual / Estimated Substantial Completion Date
Final Cost $ 488,974.50
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
8/31/20)
Quality Manager
Name
Ty Lane
Leo Garcia
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact • •approval
Name
. contacting the names individuals
Title/position Organization Telephone Email
Owner
Designer
Construction Manager
tames Tompkins
(432) 523-2181 ►amesTPwtcenrrineerine.carn
Surety
Howard Cowan
Attorney Liberty Mutual (806) 722-2663
Issues / Disputes Resolved or Pending Resolution by Arbitration,
resolved 2 issues
Litigation or Dispute Review Boards
292378.75 Number of issues Pending I lin Resolved issues 292378,75
Project Information Sheet
Completed
Project Owner
I City of Plainview
1project Name
Plainview Water Reconstruction
General Project Description
Installation of 12", 10", 8", 6", 4" water lines
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
of Bid
Amount
Date
Days
Bid
S 1,494,410.00
Notice to Proceed
3/1/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 55,848.75
3,74%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design issues
Change Order Authorized Final Completion Date
Total
S 55„W,75
3 74
Actual / Estimated Substantial Completion Date
Final Cost 5 1,550,25&75
ProjectKey Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
IDecember 2011
Quality Manager
Name
Ty Lr-^
Chris Balios
Chris Balios
Chris Balios
Percentage of rme Devoted to the Project
Proposed for this Project
Did individual Complete the ProiLct?
if not, who stark=d or completed the project in their place.
Reason for Change
lReference Contact Information
(IMing names indicates approval
Name
to contacting the names individuals as a reference)
Title/position Organization Telephone Email
Owner
Mike Gilliland
Engineer City of Plainview (806) 296-1150 m iliiland « i, i inview tx,us
Designer
Construction Manager
Brandon Autry
Engineer AMD Engineering (806) 771-5976 bautryamden&ccarn
Surety
Howard Cowan
Attorney Liberty Mutual (8D6) 722-2663
Is,,ues / Disputes Resolved
resolved 11
or Pending Resolution by Arbitration,
issues1
Litigation or Dispute Review Boards
23929 1 Number of issues Pending in Resolved issues 23929
Project Information Sheet
Completed
Project Owner
City of Lubbock
Project Name
Quaker Ave Reconstruction from 114th to FM 1585
General Project Description
Installation of water, sewer, & storm sewer lines
BudgetProject
Budget History Schedule Performance
Amount
of Bid
Amount
Date
Days
Bid
S 663,467.00
Notice to Proceed
4/1/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 11,900. 76
1.78%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
S 11,800.76
1.78%
Actual / Estimated Substantial Completion Date
Final Cost 5 675,267.76
Key Project Personnel
lActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
8/31/2011
Quality Manager
Name
Ty Lane
Marty Hamm Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
T
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Reference Contact Information
(listing names indicates approval
Name
to contacting the names individuals as a reference)
Title/position Organization Telephone Email
Owner
Designer
Construction Manager
style Duminck
Project Mgr Dusninck Brothers (817) 491-0946 RCDuininck(@dbitx.com
Surety I Howard Cowan
Issues / Disputes Resolved or Pending• • by . •n,
resolved I Tissues
Attorney I Liberty Mutual (806) 722-2663
Litigation or i • Boards
11800.76 Number of issues Pending in Resolved issues 1180a.76
Project Information Sheet
Completed
Project Owner
City of Levelland
Project Name
Lee St. Water System Improvements
General Project Description
Installation of 14" water line
BudgetProject
Budget History Schedule Performance
Amount
%of Bid
Amount
Date
Days
Bid
$ 777,548.95
Notice to Proceed
8/22/2011
Change Orders
Contract Substantial Completion Date at Notice to Proceed
12/20/2011
Owner Enhancements
$ (16,533.95)
-2.13%
Contract Final Completion Date at Notice to Proceed
1/19/2012
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
5 (16,533.95)
-2.13%
Actual / Estimated Substantial Completion Date
Final Cost $ 761,015.00
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
04/2012
Quality Manager
Name
Ty Lane
Chris Balios Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
ContactReference •
rapproval
Name
Title/position Organization Telephone Email
Owner
Designer
Construction Manager
Leonard Nail
Engineer Parkhill,Smith&Cooper (806) 473-2200 lnail@team-psc.Com
Surety
Howard Cowan
I Attorney Liberty Mulual (806) 722-2663
d
resolved I 0
or Pending Resolution by Arbitration.
issues
Litigation or Dispute Revipw Boards
I0 Number of issues Pending I 0 in Resolved issues 0
r --' ! --, r-= - r---" r—^ 7-7
Project Information Sheet
Completed
Project Owner
I City of Lubbock 1Project
Name
Lubbock Downtown Redevelopment
General Project Description
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
o Bid
Amount
Date
Days
Bid
S 2,074,508.00
Notice to Proceed
1/31/2012
Change Orders
Contract Substantial Completion Date at Notice to Proceed
1112512012
Owner Enhancements
S (16,033.96)
-0.77%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ (16,033.96)
-0.77`
Actual / Estimated Substantial Completion Date
Nov 2012
final Cost $ 2,058,474.04
Key Project Personnel
Actual / Estimated Final Completion
Project Manager
Date
Project Sup Safety Officer
December 2012
Quality Manager
Name
Ty Lane
Troy Lane
Chris Balios
Chris Balios
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
ContactReference . .n (listing names indicates approval
. contacting the names individuals
Title/position Organization Telephone Email
Name
Owner Mike Keenum
Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum#mad.ci.cubbock,tx.us
Designer
Construction Manager Joseph Van Deventer
Engineer SGS Engineering (806) 79S-6827 1VanDeventerCraSGSEnR.com
Surety Howard Cowan
Attorney Liberty Mut-:il
(80171 722-2663
Issues / Disputes d or Pending Resolution by Arbitration,
resolved 0 issues I0
Litigation or Dispute Review Boards
Number of issues Pending 3 in Resolved issues 0
Project Information Sheet
Completed
Project Owner
I DCOS 1project
Name
Industrial Park
General Project Description
Water and Sanitary Sewer Infastructure
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
% of Bi
Amount
Date
Days
Bid
$ 1,199,151.15
Notice to Proceed
Contract Substantial Completion Date at Notice to Proceed
Change Orders
Owner Enhancements
$ 269,497.00
21,41^1
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 269„497.0,0
22.47
Actual / Estimated Substantial Completion Date
Final Cost $ 1,468,648,15
Key Project Personnel
JActual / Estimated Final Completion Date Ilanuary
Project Manager Project Sup Safety Officer
2013
Quality Manager
Name
Ty Lane
Marty Hamm
Chris Balios
Chris Julius
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
if not, who started or completed the project in their place.
Reason for Change
ContactReference . .n (listing names indicates approval
Name
. contacting
the names individuals
Organization Telephone Email
Title/position
Owner
Designer
Construction Manager George Villarreal
Engineer
Parkhill, Smith & Cooper (806) 473.3563 Vill rre t to my c,c ram
_ _
Surety Howard Cowan
�4«orney
Liberty Mutual (806} 722.2ti63
Issues / Disputes d or Pending Resolution by Arbitration,
resolved I 0 issues
Litigation or Dispute Review Boards
I 0 Number of issues Pending )I in Resolved issues
r-- rL----� r-^1 7--�1
_ _ J
Project Information Sheet
Completed
Project Owner
I City of Levelland
1project Name
2012 Water System Improvements
General Project Description
Replace 2" cast iron water with 6" and 8" pvc
Project Budget and Schedule Peilormance
Budget History Schedule Performance
Amount
1K of Bid
Amount
Date
Days
Bid
$ 249,210.00
Notice to Proceed
11/2612012
210
Change Orders
Contract Substantial Completion Dale at Notice to Proceed
5/25/2013
180
Owner Enhancements
1,600.00
0.64%
Contract Final Completion Date at Notice to Proceed
6/24/2013
210
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
1,600.00
0.64°
Actual / Estimated Substantial Completion Date
Final Cost S 250.810,00
ProjectKey
lActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
February 2013
Quality Manager
Name
y Lo,ie
Steve Levitt
Chris Bahus
Chris Bahos
Percentage of T1me Devoted to the Project
Propo!.t,d for thi-. Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact Information
(listing names inditates
approvalReference
Name
.
Title/position Organization Telephone Email
Owner
Erik Rejino
City of Levelland, Texas j806j 894-0113 ereiinoPlevejllancitexas.orR
Designer
Construction Manager
Kristi Laverty
Engineer Parkhill, Smith & Cooper 1806j 473-3634 klaverty@team-osc.com
Surety
Hov:ard Cowan
Attorney Liberty Mutual (806) 722-2663
Issues / Disputes Resolved
resolved I 0
or Pending Resolutionby Arbitration,
issues 1
Litigationor Dispute Review Boards
01 Number of issues Pending Olin Resolved issues 0
Project Information Sheet
Completed
Project Owner
I City of Lubbock
Project Name
J Reconstruction & Widening of Frankford Ave
General Project Description
Remove and Relocate water and sewer infastructure for new road
Project Budget and Schedule Performance
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Oays
Bid
$ 251,978.50
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
$ 36,100.00
14.33%
Contract final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
5 36,100.00
14 33'
Actual / Estimated Substantial Completion Date
06/2013
Final Cost $ 287,978.50
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
07/2013
Quality Manager
Name
Ty Lane Marty Hamm Chris B ahos
Chris 6alics
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
if not, who started or completed the project in their place.
Reason for Change
ContactReference .
.n (listing names indicates approval
Name
. contacting the names individuals
Title/position Organization Telephone Email
Owner
Mike Keenum
Engineer City of Lubbock, Texas (806) 775-2393
Designer
Construction Manager
Rick Humphries
Project Mgr Allen Butler Construction (806) 745-7498 rhurva pries i�allenbaatier.r�et
Surety
I Howard Cowan
Attorney I Liberty Mutual (806) 722-2663
Issues / Disputes d
resolved I 0
or Pending Resolution by Arbitration,
issues
Litigation or Dispute Review Boards
I0 Number of issues Pending J in Resolved issues -
t_ L
Project Information Sheet
Completed
Project Owner
I Costco
Project Name
Costco Warehouse, Lubbock
General Project Description
Water and Sanitary Sewer Infastructure
Project Budgetand Schedule Perlormance
Budget History Schedule Performance
Amount
% of 8i
Amount
Date
Days
Bid
S 880.398M
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
S 56,433.00
6.41%
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
$ 56,433.00
6.41%
Actual / Estimated Substantial Completion Date
10/2013
Final Cost $ 936,831.00
Key Project Personnel
JActual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer
10/2013
Quality Manager
Name
Ty Lane
Chris Banos
Chris Banos
Chris Hallos
Percentage of Time Devoted to the Project
Proposed for this Project
Did individual Complete the Project?
If not, who started or completed the project in their place.
Reason for Change
Contact.
.n (listing names indicates approval
. contacting
the names individuals
Organization Telephone Email
Name
Title/position
Owner
Designer
Construction Manager
Jerry Pollock
Project Mgr
7ackxmn Dead Constructon (425)531.1077 Ierryo@iacksondean.com
Liberty Mutual (806) 722.2663
Surety
Howard Cowan
Attorney
issues / Disputes Resolvedor
resotved I 0
Pendingr • by . •n, Litigation or Boards
issues 1 01 Number of issues Pending I Olin Resolved issues 0
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror and Agent
F- Must be submitted with Proposal
1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to,
within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this proposal.
f Lane
Contractor (Print)
CONTRACTOR'S BUSINESS NAME: Utility Contractors of America, Inc.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 5805 CR 7700
Lubbock. TX 79424
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
RFP 14-11710-TF - SLIDE ROAD WATER LINE EXTENSION
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
three (3) questions and submit them with their proposals:
OUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO X
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
1�1—'--Offeror's Initials
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, tines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
OUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO X
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information: .77
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misreprese�tion� or omissions may cause my proposal to be rejected.
Title
2
WORKERS COMPENSA71ON EXPERIENCE RAnNG
Pe/ i Risk Marne- UTIurY C01"ITRACTORS OF AMERICA IM Fdsk IQ 420076452
-- PAting EffteWo e: OaOSMi3 ProdtwOon DQIty 04t1612013 State: TEXAS
stal M JSly E -ze Prtfn jActExcLooms Ballast Act Inc Act Prim
Losse,Losses LosspA LJosres
.100 1 26.281 33,57017,3 - 0 -- 0. 6 0
(A) (8 (C) Exp Excess (D) ci (E) 'Exp P I!= (0) Bella" Act low (1) Act PrIvo
vV! s(®-E) Losses L.x--fst.as (K-1) Losers s
A 20,28 33,57 7,285 0 0 0
r Primary Loa"* SfAwHzkvg Vskm Ratable Excess Toiais
(i)C ` (1 - A) a G (A)' (F) (.ij
Actual 0 32,620 0 32,820
(E) C ' ( At . G (A) (C) (K)
Expwed 7,285 32,620 2,629 42,534
AR AP -- -FLARLAP SARA.P MAAPAP Exp Mod
Factcxs 77
--... � f9B�-iU13. � rl�tt� r�»r.� Tim tup�af�rX`a iCE�ixf t�1C#itr t� cwtae6 09 C[mt�.. 6fui tr EKsn av�9; r� Merr - yui rrrt�tsti. � pog�aAy of t)sa Mai�cnaf
�CAUmg 9e Owr4*n"om In*ww -o. IK ( 4M) No Nueof use, CfkwdK%:*1ffiY6f1, take. EBf eo- £ � EA [YtiBf% 01 6.p'� a pft fuC Oa Mt y P- cl o' of
rrmy Oa s�md wRtgtef UM ara'Yyn cargsME � roGs� raCr"i rroa o-�sc w effprrr�e+a�cor, a vcs+nrrtY, vspt�trt � 4�g,^�0. Ba r#S 3rvy eYse vAs�aGaa9r MtEaq� fir! e>al C:•r+Wsad � 6m oCe�ney oY
k+Y . ao�aat a tervka tksrsiNsoy fq+vussCya etm, sy to 'Co. rocwA a or f r" fv*v w4olko ian UVW rut m VV vat"1Ftpnr-*Wn Wq" "sae e
Page 1 of 2
WORKERS COMPENSATION EXPERIENCE RATING
IAVCCIJ
Ptlsk NMW.CONTRAc-ToRs, OF AMERICA INC Fdsk IM 420,376452
Rating Effective Date: 09MA11 3 Production Date: 041&Wi2l State.- TEXAS
42-T.*'1,,8 Firm IM F-km Nam: LMLITY CONTRACTORS OF AMERICA INC
1}-
Ratio
Payroll
Expecud
Lossoll.
Exp Prm
Losses
Ckkh Dat.,
L)Act
Inc
Losses
Act Prbn i
Lx mmsas
56M
.28
22
148,100
409
90
6306
1.66
.21
171.148
2.841
597
6319
1,09
.22
684,920
7,133
1.571
8227
.81
.22
219,2w
1,7761
391
8810
.06
.221
81.t20
491
it
V_
Policy Total: i,272J6
Subject
Prear1 um: 67,754
Total Act Ina
Losses, 14
J
42-TEXAS Firm 111. Fiffn ril : UTILITY CON TRACTORS OF AMERICA INC
Carrier: 2YJM Pollcy No. 0001204282 Eff Bate: 10 Exp : 09 11
Cade
ELR
D- -
Ratio
Payroll
Expeow
Losses
_ Exp Pr1m
Losses
ctelf" Data
1.!
Cf
Act Inc
Losses
Act Prrn
Losses
5m8
28
.22
m 150,600
422
93
630fa
1.136
.21
241,407
4,007
841
6319
1.09
.22
425,015
M 4,633
1,019
8227
.81
.22
187,069
1,515
333
6810
.22
77,558
47
10
Policy Total: 1,001,649
Subject
Prefolu : 49.818
Total Act Inc
Losses: 0
42-TEXAS Firm 10: Firm Nam: UTILITY CONTRACTORS OF AMERICA INC
Carrier: 29M Policy No. 0001204282 EB Date: 09105ml1 Exp Date: 12
Code
ELR
D.
Ratio
Payroll
E
Lotees
Exp Prim
Lasses
Claim Data
1J
O
Aso Inc
Losses
Act Prim
Loss"
5"
6306
.28
1.66
.21
180.183
3,091
136
649
8319
1.09
.22
478,751
5,218
1,148
8227
.81
.22
215,708
1,747
384
8810
DE
22
93,570
56
12
Policy 7otak 1,186,48
Subject
Premium: 40,625
Total Act Inc
Losses: 0
cxtsortp� tB.Htti, ar rtgw r�aarvee 7t�r sat�wtariss � lane � eampteat! o#t��ssts t.fcrrns,tton .w.tex ere es� or4 k,nbo pcoperry atitsa Wstanat
count@ on cmnos um trrltxirce. WC (oeC..Ct! No ttadmr t,ea, gym, ",dW, tm&, msra m d!4 a*oft d "ev a anyPerk ths+e$N
HSaY be triad v A lMa r rneea [Oiia�re d ►+CC6 �i makes r .aL""Ouvvt Or v v uUmy, exproote9 to tnvts d. ®e to c-y ms ♦ k,ekbbv b,d not d""d to Bw BBC Wsiy of
tt , Oro*l of wAgo pmuNB r*,*u dw e..d. ee to mCC1, rte.per0 of tip vpWoncir raWV wr d6,vtxm r4ea, eub=J6" b wo tgW#g oho 4,90nuaWn agroce 'be W
. TOUt by poky Yost of a c"ev SMW of tm a Dtoesse Loaa X v.-AAeocat C~f@go V ustafm
C Lou E Empo"m ta"y to" 9 LwMd Lm Page 2 of 2
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-I10) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME: Utilitv Contractors of America. Inc.
FEDERAL TAX ID or SOCIAL
Signature of Company Official:
Printed name of company offici Ij
Date Signed: 2/4/
No. 75-2214193
above: Ty Lane
Pau Intentionally Left Blank
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location
Services Provided
Yes No
1.
Guardian Utility
Lubbock
Bores
v G
2.
Hugo Reed
Lubbock
Surveying
c D
3.
V-Tech
Lubbock
SW3P
0 0
4.
° n
S.
c
6.
G
7.
0 °
8.
❑
9.
° °
10.
° °
11.
° °
12.
0 °
13.
°
14.
° °
15.
° °
16.
° °
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Utility Contractors of America, Inc.
(PRINT NAME OF COMPANY)
RFP 14-1 VIO-TF - SLIDE ROAD WATER LINE EXTENSION
Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
S.
9.
10.
11.
12.
13.
14.
15.
16.
Company Name
Guardian Utility
Hugo Reed
V-Tech
FINAL LIST OF SUB -CONTRACTORS
Location
Lubbock
Lubbock
Lubbock
Services Provided
Bores
Surveying
SW3P
SUBMITTED BY:
Utility Contractors of America, Inc.
(PRINT NAME OF COMPANY)
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 14-11710-TF - SLIDE ROAD WATER LINE EXTENSION
Page Intentionally Left Blank
PERFORMANCE BOND
Palle Intentionally Left Blank
PAYMENT BOND
Pate Intentionally Left Blank
BOND NO. 022044154
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that UTILITY CONTRACTORS OF (hereinafter called the Principal(s),
AMERICA, INC.
as Principal(s), and LIBERTY MUTUAL INSURANCE COMPANY
(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 Seven Hundred One Thousand Five Hundred Ten Dollars ($701,510) 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 27th day of
February, 2014, to RFP 14-11710-TF Slide Road Water Line Extension
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
r be void; otherwise to remain in full force and effect.
L - 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
r ': 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 137
day of MARCH , 2014.
LIBERTY MUTUAL INSURANCE COMPANY
Surety
r
By. 1) )", I fiy�)�
(Title) MARLA HILL
ATTORNEY —IN —FACT
UTILITY CONTRACTORS OF AMERICA,
(Company Name) INC.
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates HOWARD COWAN 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.
LIBERTY MUTUAL INSURANCE
Surety COMPANY
*By: '���
(Title) MARLA HILL
ATTORNEY —IN —FACT
Approved as to Form
City of ck
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of i
attorney for our files.
t
i
I
2
BOND NO. 022044154
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that UTILITY CONTRACTORS OF
as Principal(s), and
AMERICA, INC.
LIBERTY MUTUAL INSURANCE COMPANY
(hereinafter called the Principal(s),
(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 Seven Hundred One Thousand Five Hundred Ten Dollars (701 510) lawful money of the
I 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 27th day of
February, 2014, to RFP 14-11710-TF Slide Road Water Line Extension
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
l 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
�. 13TH day of MARCH 2O14.
LIBERTY MUTUAL INSURANCE UTILITY CONTRACTORS OF AMERICA
Surety COMPANY (Company Name) INC.
FROM
*By:
(Title) MARLA HILL
ATTORNEY —IN —FACT
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates HOWARD COWAN 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.
LIBERTY MUTUAL INSURANCE
Surety COMPANY
By: J,. nl��;2 d.
-
(Title) MARLA HILL #
ATTORNEY -IN -FACT
Approved as to form:
City of Lubbo
By: -�.-
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
1
2 r
J
Figure: 28 TAC §1.601(a)(3)
1 IMPORTANT NOTICE
To obtain information or make a complaint:
2 You may contact Home Office Surety at
1-610-832-8240
3 You may call (company)'s toll -free telephone
number for information or to make a complaint
at:
(800) 472-5357 Surety Option #7
4 You may also write to Liberty Mutual Surety
at:
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462
5 You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
(800)252-3439
6 You may write the Texas Department of
Insurance:
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
7 PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should contact
the (agent) (company) (agent or the company)
first. If the dispute is not resolved, you may
contact the Texas Department of Insurance.
AVISO IMPORTANTE
Para obtener informaci6n o para someter
una queja:
Usted puede contactar a servicio de la
oficina principal de Surety al: 1-610-832-8240
Usted puede Ilamar al numero de telefono
gratis de (company)'s para informacion o
para someter una queja al:
(800) 472-5357 Surety Opci6n De #7
Usted tambien puede escribir a Liberty
Mutual Surety
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462
Puede comunicarse con el Departmento de
Seguros de Texas para obtener informacion
acerca de companias, coberturas, derechos
o quejas al:
(800) 252-3439
Puede escribir al Departamento de Seguros
de Texas:
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
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a
un reclamo, debe comunicarse con el (agente) (la
compania) (agente o la compania) primero. Si no
se resuelve la disputa, puede entonces
comunicarse con el departamento (TDI).
8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA:
This notice is for information only and does not Este aviso
become a part or condition of the attached
document.
S-6128/LM 7/07
XDP
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 530196
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No.
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company Peerless Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation
duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein
collectively called the "Companies7, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, HOWARD COWAN, MARLA HILL . .........................................
all of the city of LUBBOCK , state of TEXAS each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as If they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power ofAttorney has been subscribed by an authorized officerorofficial of the Companies and the corporate seals of the Companies have been affixed thereto this
loth day of April 2012 .
OD'90
4ryco
RpEPROr!#@�R01
}Lf4yjF�
9ey
� p$
STATE OF WASHINGTON ss
COUNTY OF KING
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
Peerless Insurance Company
WestAmerican Insurance Company
By:
Gregory W. Davenport, Assistant Secretary
On this loth day of April 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being
authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle Washington, on the day and year first above written.
.o1r,Ry By:
PUBLIC - KID Riley, Nota Public
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Qutflorizations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE All — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding.as if signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such
attomey-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoDgnizances and other
surety obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the
same force and effect as though manually affixed.
I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West
American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 13 THday of MARCH 20 14 .
LpPOftgp�.\CS �Q`.iPORfp� nay.j !v sag C,flRGO 'F�yF .S
�,[{lacaxP��nT9D9 a By:
r L i � E 11 9112 /f ` Y y SEAL �� David M. Carey, Assistant Secretary
ONN
�4gpp Cps h'd }• u��3 ��ENE,�� ONCE CCU
POA-AFCC, LMIC, OCIC, PIC & WAIC
LMS_12873_012012
CERTIFICATE OF INSURANCE
Pate Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
4 !' THIS IS TO CERTIFY THAT 06 p 1.V'(— (Name and Address of Insured) is, at the date of this
l 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.
i-`
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
D Commercial General Liability
General Aggregate $
D Claims Made
Products-Comp/Op AGG $
_ Occurrence
Personal & Adv. Injury $
Ds Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
D Any Auto
Combined Single Limit $
0 All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
Hired Autos
Property Damage $
0 Non -Owned Autos
0
GARAGE LIABILITY
0 Any Auto
Auto Only - Each Accident $
0
Other than Auto Only:
Each Accident $
Aggregate $
- BUILDER SRISK
0 100% of the Total Contract Price
$
D INSTALLATIONFLOATER
$
EXCESS LIABILITY
0 Umbrella Form
Each Occurrence $
Aggregate $
0 Other Than Umbrella Form
$
WORKERS COMPENSATIONAND
EMPLOYERS' LIABILITY
The Proprietor/ D Included
Statutory Limits
Partners/Executive D Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in
less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and
provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, Prior to the end of the coverage period, a new certificate of coverage 1"
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT.
THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A
ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY
BASIS 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 WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE
OPERATIONS.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and contractually require each person with whom it
contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
11
Contract 11710
STATE OF TEXAS
COUNTY OF LUBBOCK
i
THIS AGREEMENT, made and entered into this 27th day of February, 2014 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 Utility Contractors of America, Inc. of the City of Lubbock, County of
Lubbock and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
` RFP 14-11710-TF Slide Road Water Line Extension
t=. and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
_ 3 proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Utility Contractors of America, Inc.'s proposal dated February 4,
2014 is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parries to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
COMPLETE ADDRESS:
Company o-,4 4/,6
Address (?$
City, State, Zip
ATTEST:
/Aa L(,JJ V
C, Corporare Secr ry
CIT
LIM
ATTEST:
Je;c�tarza, City Secretary
APPROVED AS TO CONTENT:
Water Utilities Engineer
Weaver, Assistant City Attorney
Page Intentionally Left Blank
r
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit Utility Contractors of America, Inc., who has agreed to perform the work
embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative John Turpin, P.E., Chief Water Utilities Engineer, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
Resident Project Representatives as may be authorized by said Owner to act in any particular way under this
agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction
of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the
Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent to the firm actually performing the
work, and additional higher -tier markups limited to 5% to cover additional overhead and
insurance costs; or (2) the amount that would have been charged by a reasonable and
prudent Contractor as a reasonable and necessary cost for performance of the extra work,
as estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the proposals are received, and if no such notice is received by the Owner's
Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully
understands the work to be included and has provided sufficient sums in its proposal to complete the work
in accordance with these plans and specifications. If Contractor does not notify Owner's Representative
before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans
and specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals
being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts
identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
` work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs,
damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued
or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT.
THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A
ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY
BASIS 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 WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE
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 $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance. — 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, $1,000,000 Combined Single Limit, to include all owned and non -
owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance. — Not Required
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) -
Not Required
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least 50$ 0,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as foodibeverage
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
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project; '
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project; 1
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
10
t
F. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
11
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 .Eww.tdi.state.txus) to receive information of the legal requirements for '
coverage, to verify whether your employer has provided the required coverage, or to z;
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. a
(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;
P J
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
12
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
- Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the
Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account
thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer or manufacturers is
specified or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein
to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement,
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to offering.
�` . 13
t_
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the
violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or
subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall
notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as
provided in the contract for changes in the work. In the absence of timely written notification to Owner's
Representative of such variance or variances within said time, any objection and/or assertion that the plans and
specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed
waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs
arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of
work to be done hereunder are essential conditions of this contract; and it is further mutually understood and
agreed that the work embraced in this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then
the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may
withhold permanently from Contractor's total compensation, the sum of $300 PER DAY, not as a penalty, but as
liquidated damages for the breach of the contract as herein set forth for each and every working day that the
Contractor shall fail to meet the time requirements stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
14
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work 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 proposal; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's
Representative (as distinguished from the Resident Project Representative) may direct the time and manner of
constructing work done under this contract so that conflicts will be avoided and the construction of the various
works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by
Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay
and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
iL securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
15
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the
over run or under run of estimated quantities note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents
and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property,
related to, arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment. Owner's Representative shall review said application for partial payment if submitted, and
the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
16
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.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
r_
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 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay
all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
17
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of -
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
18
r
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a
newspaper having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what would
have been the cost under this contract, such increase shall be charged to the Contractor and the Surety
shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under this contract, the Contractor or his
Surety shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
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
19
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's
"Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not
be in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions -
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
20
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
E 57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this
document, this provision shall control.
21
Page Intentionally Left Blank
DAVIS-BACON WAGE DETERMINATIONS
EXHIBIT A
General Decision Number: TX140007 01/03/2014 TX7
Superseded General Decision Number: TX20130007
State: Texas
Construction Types: Heavy and Highway
Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock,
Midland, Potter, Randall, Taylor and Tom Green Counties in
Texas.
HEAVY & HIGHWAY CONSTRUCTION PROJECTS
Modification Number Publication Date
0 01/03/2014
* SUTX2011-002 08/02/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER (Paving & Structures) ... $ 13.55
ELECTRICIAN ...................... $ 20.96
FORM BUILDER/FORM SETTER
Paving & Curb ...............$ 12.36
Structures ..................$ 13.52
LABORER
Asphalt Raker ............... $ 12.28
Flagger.....................$ 9.30
Laborer, Common .............$ 10.30
Laborer, Utility ............ $ 11.80
Work Zone Barricade
Servicer.................... $ 10.30
POWER EQUIPMENT OPERATOR:
Asphalt Distributer ......... $ 14.87
Asphalt Paving Machine ...... $ 13.40
Broom and Sweeper ........... $ 11.21
Crane, Lattice Boom 80
Tons or Less ................ $ 16.82
Crawler Tractor Operator .... $ 13.96
Excavator, 50,000 lbs or
less ........................ $ 13.46
Front End Loader Operator,
Over 3 CY................... $ 12.77
Front End Loader, 3CY or
less ....................................$ 12.28
Loader/Backhoe.............. $ 14.18
Mechanic .................... $ 20.14
Milling Machine .............$ 15.54
Motor Grader, Rough ........ $ 16.15
Motor Grader, Fine .......... $ 17.49
Pavement Marking Machine .... $ 16.42
Reclaimer/Pulverizer........ $ 12.85
Roller, Asphalt .............$ 10.95
Roller, Other ...............$ 10.36
Scraper ..................... $ 10.61
Spreader Box ................ $ 12.60
Servicer .........................$ 13.98
Steel Worker (Reinforcing) ....... $ 13.50
TRUCK DRIVER
Lowboy -Float ................ $ 14.46
Single Axle ................. $ 12.74
Single or Tandem Axle Dump..$ 11.33
Tandem Axle Tractor with
Semi ........................ $ 12.49
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular rate is
union or non -union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that
classification. Example: PLUM0198-005 07/01/2011. The
first four letters, PLUM, indicate the international union and
the four -digit number, 0198, that follows indicates the local
union number or district council number where applicable,
i.e., Plumbers Local 0198. The next number, 005 in the
example, is an internal number used in processing the wage
determination.
The date, 07/01/2011, following these characters is the
effective date of the most current negotiated rate/collective
bargaining agreement which would be July 1, 2011 in the
above example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
0000/9999: weighted union wage rates will be published
annually each January.
Non -Union Identifiers
Classifications listed under an "SU" identifier were derived
from survey data by computing average rates and are not
union rates; however, the data used in computing these rates
may include both union and non -union data. Example:
SULA2004-007
5/13/2010. SU indicates the rates are not union majority rates,
LA indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the
wage determination. A 1993 or later date, 5/13/2010,
indicates the classifications and rates under that identifier were
issued as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change
until a new survey is conducted.
1. WAGE DETERMINATION APPEALS
PROCESS
g 1.) Has there been an initial decision in the matter? This can
l._ 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
Page Intentionally Left Blank
A
FM 1730 (SLIDE ROAD) WATER LINE EXTENSION
98 TH ST. TO FM 1585
City of
Lubbock
T E X A S
PUBLIC WORKS ENGINEERING
TECHNICAL SPECIFICATIONS
DECEMBER 2013
TABLE OF CONTENTS
FM 1730 (SLIDE ROAD) WATER LINE EXTENSION
98T" ST. TO FM 1585
TECHNICAL SPECIFICATIONS
DIVISION 1 — GENERAL REQUIREMENTS
01010 Summaryof Work-------------------------------------------------------------------- 4
01019
Contract Considerations------------------------------------------------------------- 1
01028
Change Order Procedures-----------------------------------------------------------
3
01039
Coordination and Meetings---------------------------------------------------------
2
01140
Work Restrictions--------------------------------------------------------------------- 3
01300
Submittal Procedures----------------------------------------------------------------- 4
01310
Progress Schedules------------------------------------------------------------------- 2
01356
Storm Water Pollution Prevention Plan ------------------------------------------ 4
01400
Quality Requirements----------------------------------------------------------------
4
01410
Testing Laboratory Services--------------------------------------------------------
3
01555
Barricades, Signs, and Traffic Handling------------------------------------------
1
01576
Waste Material Disposal------------------------------------------------------------- 2
01700
Contract Closeout--------------------------------------------------------------------- 2
DIVISION 2 — SITE WORK
02260 Excavation Support and Protection------------------------------------------------ 3
02317 Excavation and Backfill for Utilities---------------------------------------------- 10
02320 Utility Backfill Materials------------------------------------------------------------ 4
02445 Boring and Encasing----------------------------------------------------------------- 2
02665 Water Piping, Valves, and Fittings ------------------------------------------------ 14
DIVISION 3 — CONCRETE
03300 Cast -in -Place Concrete--------------------------------------------------------------- 9
1 Z- 23. 5
FM 1730 (Slide Road) Water Line Extension Table of Contents December 2013
98" St. to FM 1585
SECTION 01010
SUMMARY OF WORK
PART 1 GENERAL
1.1 SUMMARY
A. This section covers the description of the Work to be completed under these Specifications.
B. The OWNER is the City of Lubbock.
(1) The Owner's Representative is:
John Turpin, P.E.
Chief Water Utilities Engineer
City of Lubbock
O: (806) 775-2342
(2) The Project Manager is:
c Clint Philpott, P.E.
Civil Engineer
Water Utilities Engineering
City of Lubbock
O: (806) 775-2346
C. Section includes:
(1) Definitions
(2) Project description
(3) Permits and licenses
(4) Access to site
(5) Contractor's use of the premises
(6) Project schedule
(7) Security Procedures
(8) Coordination requirements
_. (9) Pre -construction meeting
(10) Warranty
1.2 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for unloading and
replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including unloading,
unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring,
working, finishing, curing, protecting, cleaning, and similar operations.
C. Provide: To furnish and install products.
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract
documents.
FM 1730 (Slide Road) Water Line Extension 01010-1 December 2013
98'b St. to FM 1585
1.3 PROJECT DESCRIPTION
A. The purpose of this project is to furnish and install approximately 9,430' of 12" C900
DR 18 PVC water pipe along FM 1730 (Slide Road) from 981h Street to FM 1585 in
Lubbock, TX as per the approved construction plans.
B. Major work items are:
(1) Connect to 12" and 16" Plug along FM 1730 (Slide Road).
(2) Provide approximately 9,430' of 12" C900 DR 18 PVC water pipe through direct bury
installation.
(3) Provide 24" Steel encasement across FM 1730 (Slide Road) where shown on the plans.
(4) Provide bore across paved streets and driveways where shown on the plans.
(5) Provide fire hydrant assemblies where shown on the plans,
(6) Terminate line and provide plug at projection of 110 Street and FM 1585 for future
extension.
(7) Pressure test and disinfect pipe, including disinfection of any portion of existing line
drained for connection.
C. The Contractor shall furnish all labor, equipment, and materials required for the complete
construction of the work as shown on the drawings and specified herein.
D. All work shall be performed in accordance with the most recent City of Lubbock Design
Standards and Specifications.
E. A maximum of 1,000 feet of open trench will be permitted at any one time.
1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb,
sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures to a condition
equal to or better than that before the work began to the satisfaction of the Engineer.
1.5 PERMITS AND LICENSES
A. Contractor shall provide qualifications to the Owner upon request to display evidence of
competency and authority to perform required work.
B. Contractor shall be responsible for obtaining all required permits.
C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and
receipts for fees paid, to the Owner.
1.6 ACCESS TO SITES
A. Contractor shall limit access to the site to authorized personnel only.
B. Contractor shall adequately barricaded open excavations and construction material and
equipment as to prevent unauthorized personnel from accessing.
C. The Owner shall locate and designate all manhole access points open and accessible for the
work, and provide rights of access to these points.
D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup
schedules when working within the alley right of way.
FM 1730 (Slide Road) Water Line Extension 01010-2 December 2013
98'h St. to FM 1585
1.7 CONTRACTOR'S USE OF THE PREMISES
- A. The space available to the Contractor for the performance of the work, either exclusively or
in conjunction with others performing other construction as part of the project, is restricted to
the area shown on the site plan of the contract drawings unless the Contractor makes
arrangements to use additional space with the Owner.
B. The contractor shall ensure that any disturbed area is left in a condition equal to or better
condition before finishing construction in the area.
1.8 PROJECT SCHEDULE
A. The Work summarized above shall be substantially completed within 180 calendar days
from the date of the Notice to Proceed.
B. There will be a $300.00 per day liquidated damages for each day that exceeds the 180 day
�- limit.
C. Within five (5) business days after the date of the Substantial Completion Certificate, the
Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion.
D. Punch list items shall be complete to reach final completion within 30 calendar days from
the date of substantial completion. There shall be $100 day liquidated damages assessed for
each day that exceeds the 30 day limit.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
3.1 SECURITY PROCEDURES
A. Contractor shall limit access to the site to persons involved in the work.
B. Contractor shall provide secure storage for materials for which the owner has made payments
and which are stored on site.
C. Contractor shall secure completed work as required to prevent loss or damage.
D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent
damage, theft, safety hazards, or other problems on the site.
E. The use of security personnel shall be cleared with the Owner.
3.2 COORDINATION REQUIREMENTS
A. Contractor shall inform the Owner when coordination of the work is required.
B. If necessary, inform each party involved, in writing, of procedures required for coordination;
include requirements for giving notice, submitting reports, and attending meetings.
C. Coordinate shop drawings prepared by separate entities.
D. Show installation sequence when necessary for proper installation.
3.3 PRE -CONSTRUCTION MEETING
FM 1730 (Slide Road) Water Line Extension 01010-3 December 2013
98a' St. to FM 1585
C�,c
A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice
to Proceed and prior to any construction taking place.
3.4 WARRANTY
A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial
acceptance of the work.
B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will
schedule an inspection with the presence of the Contractor to inspect for defects and
assessment of the work performed.
C. Any work that is considered defective by the Owner's representative will be repaired.
D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of
any nature whatsoever resulting in defects at no cost to the Owner.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01010-4 December 2013
98`h St. to FM 1585
SECTION 01019
CONTRACT CONSIDERATIONS
PART1 GENERAL
1.1 SUMMARY
A. This section covers the method for the Contractor to request payment for completed work.
B. Section includes:
I (1) Schedule of Values
is
(2) Application for Payment
(3) Payment Retainage
E ' 1.2 SCHEDULE OF VALUES
A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within
five (5) days after receiving the bid tabulation.
B. Revise schedule to include approved Change Orders, with each Application for Payment.
1.3 APPLICATIONS FOR PAYMENT
A. Submit two (2) copies of each application on Engineer approved Contractor's form.
B. Utilize Schedule of Values for listing items in Application for Payment.
C. Monthly, submit application for payment on or about the 10th day of each month.
D. Include an updated construction progress schedule, materials received, and manifest with
each Application for Payment
E. Submit the following along with the application for final payment:
(1) The documentation for the completed project.
(2) Signed affidavit from a Notary Public that all claims on this job have been settled and
that all bills owed by the Contractor for the project including materials and labor have
been paid.
(3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary
Public.
1.4 PAYMENT RETAINAGE
A. The Owner will retain five (5) percent of each payment.
B. Retainage will be released as final payment, upon completion of the Final Punch List.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01019-1 December 2013
98`h St. to FM 1585
SECTION 01028
CHANGE ORDER PROCEDURES
PART1 GENERAL
1.1 SUMMARY
A. This section covers the procedures to be followed for a change in Contract price or time.
B. Section Includes:
(1) Submittals
(2) Documentation Of Change In Contract Sum/Price And Contract Time
(3) Change Procedures
(4) Construction Change Authorization
(5) Stipulated Price Change Order
(6) Unit Price Change Order
(7) Time And Material Change Order
(8) Execution Of Change Orders
(9) Correlation Of Contractor Submittals
1.2 SUBMITTALS
A. Submit the name of the individual authorized to receive change order documents and be
responsible for informing others in Contractor's employ or Subcontractors of changes to the
Work.
B. Change Order Forms.
1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME
A. Contractor shall maintain detailed records of work done on a time and material basis.
B. Provide full information required for evaluation of proposed changes and to substantiate costs
of changes in the Work.
C. Document each quotation for a change in a cost or time with sufficient data to allow
evaluation of the quotation.
D. On request, provide additional data to support computations, including but not limited to:
(1) Quantities of products, labor, and equipment.
(2) Taxes, insurance, and bonds.
(3) Overhead and profit.
(4) Justification for any change in Contract Time.
(5) Credit for deletions from Contract, similarly documented.
E. Support each claim for additional costs, and for work done on a time and material basis, with
additional information:
(1) Origin and date of claim.
(2) Dates and times work was performed, and by whom.
(3) Time records and wage rates paid.
(4) Invoices and receipts for products, equipment, and subcontracts, similarly documented.
1.4 CHANGE PROCEDURES
FM 1730 (Slide Road) Water Line Extension 01028-1 December 2013
98th St. to FM 1585
A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official
Construction Change Authorization or Contract Change Order. Discussions in the field or by
phone or email, without proper documentation, do not authorize Contractor to perform tasks
outside the scope of Work. Changes must be authorized as described in this Section.
B. The Engineer will advise of minor changes in the Work not involving an adjustment to
Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental
instructions by letter.
C. The Engineer may issue a Proposal Request which includes a detailed description of a
proposed change with supplementary or revised Drawings and Specifications. The
Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the
Proposal Request. Estimate shall include the proposed change's full effect on the Work and
the effect on the Contract Sum/Price and Contract Time, with full documentation and a
statement describing the effect on Work by separate or other contractors.
D. The Contractor may request clarification of Drawings, Specifications, or Contract documents
or other information by submitting a Request for Information to the Engineer. Engineer may
request a Proposal Request in response to a Request for Information.
1.5 CONSTRUCTION CHANGE AUTHORIZATION
A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to
proceed with a change in the Work, for subsequent inclusion in a Change Order.
B. The document will describe changes in the Work, and will designate the method of
determining any change in Contract Sum/Price or Contract Time.
C. The Contractor shall promptly execute the change in the Work.
1.6 STIPULATED PRICE CHANGE ORDER
A. Based on accepted Proposal Request.
1.7 UNIT PRICE CHANGE ORDER
A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed
unit price basis.
B. For unit costs or quantities of units of work which are not pre -determined, execute Work
under a Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and
Material Change Order.
1.8 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time limits
indicated in the Conditions of the Contract.
B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time
as provided in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to substantiate
costs for changes in the Work.
1.9 EXECUTION OF CHANGE ORDERS
A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions
of the Contract.
FM 1730 (Slide Road) Water Line Extension 01028-2 December 2013
98`h St. to FM 1585
1.10 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record each
authorized Change Order as a separate line item and adjust the Contract Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -
schedules to adjust time for other items of work affected by the change, and resubmit.
C. Promptly enter changes in Project Record Documents.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01028-3 December 2013
98`n St. to FM 1585
SECTION 01039
COORDINATION AND MEETINGS
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Coordination
(2) Field Engineering
(3) Pre -Construction Meeting
(4) Progress Meetings
1.4 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure
_a efficient and orderly sequence of installation of interdependent construction elements, with
provisions for accommodating items installed later.
B. Coordinate completion and cleanup of Work of separate Sections in preparation for
Substantial Completion.
C. After Owner occupancy of premises, coordinate access to site for correction of defective
Work and Work not in accordance with Contract Documents, to minimize disruption of
Owner's activities.
1.5 FIELD ENGINEERING
A. Locate and protect survey control and reference points.
B. Verify set -backs and easements; confirm drawing dimensions, and elevations.
C. Provide field engineering services.
D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices.
E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the
elevations and locations of the Work are in conformance with the Contract Documents.
1.6 PRE -CONSTRUCTION MEETING
A. Schedule meeting within ten (10) days of date of Notice to Proceed.
B. Procedures and processing of field decisions, submittals, and substitutions, applications for
payments, RFIs, proposal request, Change Orders and Contract closeout procedures.
C. Tentative agenda:
(1) Use of premises by Owner and Contractor.
(2) Distribution of executed Contract Documents.
(3) Submission of list of Subcontractors, list of products and progress schedule.
(4) Designation of personnel representing the parties in Contract and the Engineer.
(5) Owner's requirements.
(6) Construction facilities and controls provided by Owner.
(7) Survey and layout.
(8) Security and housekeeping procedures.
(9) Schedules.
(10) Procedures for testing.
(11) Procedures for maintaining record documents.
(12) Inspection and acceptance of products put into service during construction period.
FM 1730 (Slide Road) Water Line Extension 01039-1 December 2013
98`h St. to FM 1585
D. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
1.7 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum monthly
intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at
meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as
appropriate to agenda topics for each meeting.
D. Tentative agenda:
(1) Review minutes of previous meetings.
(2) Review of Work progress.
(3) Field observations, problems, and decisions.
(4) Identification of problems which impede planned progress.
(5) Review of submittals schedule and status of submittals.
(6) Review of off -site fabrication and delivery schedules.
(7) Maintenance of progress schedule.
(8) Corrective measures to regain projected schedules.
(9) Planned progress during succeeding work period.
(10) Coordination of projected progress.
(11) Maintenance of quality and work standards.
(12) Effect of proposed changes on progress schedule and coordination.
(13) Other business related to Work.
E. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Note used
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01039-2 December 2013
981h St. to FM 1585
SECTION 01140
WORK RESTRICTIONS
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Use Of Premises
(2) Special Scheduling Requirements
(3) Working Period
(4) Utility Cutovers And Interruptions
(5) Noise Restrictions
(6) Advance Notice
(7) Water For Construction
(8) Work Area Limits
1.2 USE OF PREMISES
A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas
in which the Work is indicated.
B. Confine construction operations to within the limits of Right of Way, Alley Easements and
Manhole locations, as shown on plans.
C. Keep driveways and entrances serving premises clear and available to tenants, residents and
emergency vehicles at all times, except when construction is immediately at that vicinity. Do
not use these areas for parking or storage of materials.
D. Schedule construction to minimize obstruction of driveways and entrances.
1.3 SPECIAL SCHEDULING REQUIREMENTS
A. Have materials, equipment, and personnel required to perform the work at the site prior to the
commencement of the Work.
B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen
(14) calendar days prior to the desired date of interruption.
1.4 WORKING PERIOD
A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00
p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m.
on Saturday.
(1) Saturday work shall be restricted to those activities that do not require observation by the
Owner.
(2) The Owner reserves the right, at the Owner's discretion, to disallow work when it
interferes with holiday times and traffic.
B. No work shall be performed on the following holiday periods or days:
(1) New Year's Day
(2) Good Friday Holiday
(3) Memorial Day Holiday
(4) Independence Day Holiday
FM 1730 (Slide Road) Water Line Extension 01140-1 December 2013
98`h St. to FM 1585
(5) Labor Day Holiday
(6) Thanksgiving Day Holiday plus the day before and the three days following
Thanksgiving Day.
(7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week
leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the
week following Christmas Day plus the Friday and Saturday prior to Christmas Day.
C. Work outside regular working hours requires Owner's approval.
(1) Make application twenty-one (21) calendar days prior to such work to allow
arrangements to be made by the Owner for inspecting the work in progress, giving the
specific dates, hours, location, type of work to be performed, contract number and project
title.
(2) Based on the justification provided, the Owner may approve work outside regular hours.
(3) During periods of darkness, the different parts of the Work shall be lighted in a manner
approved by th#.� Owner. Lighting shall be such that it does not cause nuisance
conditions.
D. The Drawings contain specific requirements that affect certain areas of the Work.
1.5 UTILITY CUTOVERS AND INTERRUPTIONS
A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of
sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor.
B. Sanitary sewer service connections shall be re -connected in a timely manner following
installation of the new sanitary sewer pipe.
1.6 NOISE RESTRICTIONS
A. 75 dB limit at face of nearest structure during normal daylight hours.
B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near
residential areas and for 24-hour working conditions that have received Owner approval.
Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m.
C. The Contractor shall keep on -site a hand portable sound measurement device for both the
Owner's and the Contractor's use for measuring noise levels.
1.7 ADVANCE NOTICE
A. The Contractor shall provide a minimum of five (5) days advance written notice of
construction to businesses and residences along the construction route.
B. The advance written notice shall be in the form of a single page flyer to be placed by hand by
the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at
each route building.
C. The text for the advance written notice will be approved by the Owner.
D. Reproduction shall be at the Contractor's expense.
E. Distribution shall be at the Contractor's expense.
F. Single page flyers shall be of a paper or post card color other than white to direct the
recipient's attention to the information.
G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the
anticipated duration of that inconvenience.
H. The dates shall encompass the duration of driveway inconveniences and potential noise to the
recipients on a single city block (i.e., the dates and durations shall reflect the time that the city
block of interest will be affected by non-trafficability).
FM 1730 (Slide Road) Water Line Extension 01140-2 December 2013
98`h St. to FM 1585
1.8 WATER FOR CONSTRUCTION
A. Obtaining water for construction is the Contractor's sole responsibility.
B. Water is available from the potable water system of the City of Lubbock for construction
purposes.
(1) The Contractor is responsible for all charges and arrangements for water consumption
from the potable water system.
(2) The Contractor shall make such arrangements directly with the City of Lubbock Water
Utilities Department.
(3) The City will not furnish potable water free of charge for the construction work.
(4) The Contractor is responsible for any required metering and hauling.
C. Water from park area lakes shall not be used for construction.
D. This section does not preclude the Contractor from seeking other water sources for use in
construction. Such water resources shall meet the purity requirements for the intended use.
Such arrangements for water from other sources are the responsibility of the Contractor.
PART PRODUCTS
Not used
PART 2 EXECUTION
2.1 WORK AREA LIMITS
A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under
this contract.
B. Isolated areas within the general work area which are to be saved and protected shall also be
marked or fenced.
C. Monuments and markers shall be protected before construction operations commence.
D. Where construction operations are to be conducted during darkness, the markers shall be
visible at all times.
E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or
protecting particular objects.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01140-3 December 2013
981h St. to FM 1585
SECTION 01300
SUBMITTAL PROCEDURES
PART1 GENERAL
1.1 SUMMARY
A. Section includes:
(1). Submittal Procedures
(2) Re -Submittal Requirements
(3) Action Submittals
(4) Proposed Products List
(5) Shop Drawings
(6) Information Submittals
(7) Contractor's Review
(8) Owner And Engineer Action
1.2 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's
name, address, and phone number.
B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail
number(s), and specification Section number, as appropriate.
C. Schedule submittals to expedite the Project and coordinate submission of related items.
D. The Owner and Engineer reserve the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
E. Submittals may be delivered to the Engineer at the following address:
Water Utilities Engineering
1625 13th Street
Lubbock, Texas 79401
F. Allow enough time for submittal review, including time for re -submittals, as follows:
(1) Time for review shall commence on the Owner or Engineer's receipt of submittal.
(2) Allow fifteen (15) days for initial review of each submittal.
(3) Allow additional time if processing must be delayed to permit coordination with
subsequent submittals.
(4) The Owner or Engineer will advise the Contractor when a submittal being processed
must be delayed for coordination.
(5) If more than five (5) submittals are transmitted for review within any five (5) day period,
the time allowed for review will be increased to twenty-one (2 1) days.
(6) Where concurrent review of submittals by the Engineer, Owner, or other parties is
required, allow twenty-one (2 1) days for initial review of each submittal.
(7) If intermediate submittal is necessary, process it in same manner as initial submittal.
(8) Allow fifteen (15) days for processing each resubmittal.
G. No extension of the Contract Time will be authorized because of failure to transmit
submittals sufficiently in advance of the Work to permit processing.
H. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
FM 1730 (Slide Road) Water Line Extension 01300-1
98`h St. to FM 1585
December 2013
I. Provide space for Contractor and Engineer review stamps.
J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
K. Use only final submittals with mark indicating action taken by Owner or Engineer in
connection with the construction.
L. Submittals not requested will not be recognized or processed.
1.3 RE -SUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and re -submit to meet requirements as specified.
B. Identify all changes made since previous submittal.
C. Mark as RESUBMITTAL.
D. Re -use original transmittal number and supplement with sequential alphabetical suffix for
each re -submittal (ie. 0001-A).
PART PRODUCTS
2.1 ACTION SUBMITTALS
A. Prepare and submit Action Submittals required by individual Specification Sections.
B. Submit three (3) copies of each submittal, unless otherwise indicated.
(1) The three (3) copies will be retained by the Owner's representative.
(2) Any additional copies that the Contractor may need for his operations will be in addition
to the three (3) copies required.
2.2 PROPOSED PRODUCTS LIST
A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major
products proposed for use, with name of manufacturer, trade name, and model or catalog
designation, and reference standards.
B. For products specified only by reference standards, give manufacturer, trade name, model or
catalog designation, and reference standards.
C. Collect information into a single submittal for each element of construction and type of
product or equipment.
D. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
E. Include recommendations for application and use, compliance with specified standards of
trade associations and testing agencies.
F. Include notation of special coordination requirements for interfacing with adjacent work.
G. After review, distribute in accordance with Article on Procedures above and provide copies
for Record Documents described in Section 01700 — Contract Closeout.
2.3 SHOP DRAWINGS
A. Prepare Project specific information, drawn accurately to scale.
B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed
data.
C. Include the following information, as applicable:
(1) Dimensions
FM 1730 (Slide Road) Water Line Extension 01300-2 December 2013
98`h St. to FM 1585
(2) Identification of products
(3) Fabrication and installation drawings
(4) Schedules
(5) Design calculations
(6) Compliance with specified standards
(7) Notation of coordination requirements
a
(8) Notation of dimensions established by field measurement
D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency
and one opaque reproduction. ,
E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which
Contractor requires, plus three (3) copies which will be retained by Engineer.
F. Drawing size shall be minimum of 8 '/2 x 11 inches and a maximum of 24 x 36 inches. .
G. Draw details to a minimum size of %2 inch equal to 1 foot.
H. After review, produce copies and distribute in accordance with SUBMITTAL
PROCEDURES article above and for record document purposed described in Section 01700
— Contract Closeout. ,
2.4 INFORMATION SUBMITTALS
A. Manufacturer's Instructions:
(1) When specified in individual specification Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
finishing, in quantities specified for Product Data.
(2) Identify conflicts between manufacturers' instructions and Contract Documents.
(3) Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation. ,+
B. Manufacturer's Certificates
(1) When specified in individual specification Sections, submit manufacturers' certificate to
Engineer for review, in quantities specified for Product Data.
(2) Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits, and certifications as appropriate.
(3) Certificates may be recent or previous test results on material or Product, but must be
acceptable to the Engineer.
C. Insurance Certificates and Bonds:
(1) Prepare written information indicating current status of insurance or bonding coverage.
(2) Include name of entity covered by insurance or bond, limits of coverage, amounts of
deductibles, if any, and term of the coverage.
PART 3 EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Review each submittal and check for compliance with the Contract Documents.
B. Note corrections and field dimensions.
C. Mark with approval stamp before submitting to the Owner or Engineer.
(1) Stamp each submittal with a uniform approval stamp.
FM 1730 (Slide Road) Water Line Extension 01300-3 December 2013 1--1
98`h St. to FM 1585
��1
(2) Include Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor's approval, and statement certifying that
the submittal has been reviewed, checked, and approved for compliance with the
Contract Documents.
3.2 OWNER AND ENGINEER'S ACTION
A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval
stamp and will return them without action.
B. The Owner or Engineer will review each submittal, make marks to indicate corrections or
modifications required, and return it.
C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp
appropriately to indicate action taken, as follows:
.t
(1) No exception taken
(2) Make correction noted
(3) Revise and resubmit
(4) Rejected
D. The submittal stamp by the Owner or Engineer will also contain the following:
(1) Checking is only for general conformance with the design concept of the project and
general compliance with the information given in the Contract Documents.
(2) Any action shown is subject to the requirements of the plans and specifications.
(3) The Contractor is responsible for confirming and correlating all quantities and
dimensions; selecting fabrication processes and techniques of construction; and
performing the Work in a satisfactory manner.
E. The Owner or Engineer will review each submittal and will not return it, or will reject and
return it, if it does not comply with the requirements.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01300-4 December 2013
98`n St. to FM 1585
SECTION 01310
PROGRESS SCHEDULES
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Format
(2) Content
(3) Revisions To Schedules
(4) Submittals
(5) Distribution
1.2 FORMAT
A. Sequence of Listings: The chronological order of the start of each item of Work.
B. Scale and Spacing: To provide space for notations and revisions.
C. Sheet Size: Minimum 8 1/2 x 11 inches
D. Submit only if requested by the Engineer or Owner at preconstruction or coordination
meeting.
E. Maintain monthly updates to schedule.
1.3 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning and completion
of each element of construction.
B. Identify each item by specification Section number.
C. Provide sub -schedules to define critical portions of the entire Schedule.
D. Show accumulated percentage of completion of each item, and total percentage of Work
completed, as of the first day of each month.
E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and
dates reviewed submittals will be required from the Engineer. Indicate decision date for
selection of finishes.
1.4 REVISIONS TO SCHEDULES
A. Indicate progress of each activity to date of submittal, and projected completion date of each
activity.
B. Identify activities modified since previous submittal, major changes in scope, and other
identifiable changes.
C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule.
Report corrective action taken, or proposed, and its effect.
1.5 SUBMITTALS
A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. s
After review, resubmit required revised data within ten (10) days.
B. Submit revised Progress Schedules with each Application for Payment.
C. Submit the number of opaque reproductions which the Contractor requires, plus two (2)
copies which will be retained by the Engineer.
FM 1730 (Slide Road) Water Line Extension 01310-1 December 2013
98`h St. to FM 1585 �
i�
1.6 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and
other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
PART 2 PRODUCTS
Not used
PART 1 EXECUTION
Not used
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01310-2 December 2013
s 98`h St. to FM 1585
y?,
SECTION 01356
STORM WATER POLLUTION PREVENTION MEASURES
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Contractor Responsibilities
(2) Erosion and Sediment Controls
(3) Components for Silt Fences
(4) Components for Straw Bales
(5) Storm Water Pollution Prevention Plan
1.2 CONTRACTOR RESPONSIBILITIES
A. The Contractor shall implement, maintain, and update the Storm Water Pollution PreventionAr
measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which
will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES)
General Permit No.TXR150000.
B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate
regulatory agency for failure to make required inspections, failure to properly document those
inspections, failure to adequately implement and adjust the storm water pollution prevention
measures specified in the SWP3 to adequately control pollutants, and/or any other fines or
penalties assess by TCEQ or the EPA for failure to comply with any part of the permit
requirements.
C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of
the Owner.
I
D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to
comply with and maintain the SWP3 shall be paid by the Contractor.
1.3 EROSION AND SEDIMENT CONTROLS
A. General
(1) Structural measures shall be implemented to divert flows from exposed soils, temporarily
store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas
of the site.
(2) Structural practices shall be implemented as specified in the SWP3 and in a timely
manner during the construction process to minimize erosion and sediment run-off.
B. Stabilized Ingress/Egress
(1) Stabilized access to and from the construction site will be installed by the Contractor as
soon as practical and in accordance with the SWP3.
(2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from
existing roads, alleys, and any adjacent properties as soon as possible.
(3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand,
cement, construction materials, etc.) tracked or washed off -site and perform necessary
clean-up measures at the end of each work day.
C. Silt Fences/Diversion Berms
FM 1730 (Slide Road) Water Line Extension 01356-1
98`n St. to FM 1585
December 2013
(1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural
J practice to minimize erosion and sediment runoff.
(2) Silt fences and/or diversion berms shall be properly installed to effectively retain
sediment immediately after completing each phase of work where erosion would occur in
the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment,
and grading.)
(3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as
they are required and until they are removed from the site.
D. Sand/Gravel Bags
(1) The Contractor may provide sand/gravel bags as a temporary structural practice to
minimize erosion and sediment runoff.
(2) Bags shall be properly placed to effectively retain sediment immediately after completing
each phase of work (e.g., after clearing and grubbing in an area between a ridge and
drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated
as needed for work to progress in the drainage area).
(3) Sand/gravel bags must remain in good condition, or they shall be replaced.
E. Site Stabilization
(1) The Contractor shall disturb the least amount of site area as possible.
(2) Stabilization measures to be implemented by the Contractor may include any of the
following measures:
(a) Temporary or permanent seeding or sodding
(b) Mulching
(c) Geotextiles
(d) Vegetative buffer strips
(e) Paving
(f) Stabilization measures shall be implemented in accordance with the SWP3.
PART 2 PRODUCTS
2.1 COMPONENTS FOR SILT FENCES
A. Filter Fabric
(1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of
polymeric filaments, which are formed into a stable network such that filaments retain
their relative positions.
(2) The filament shall consist of a long -chain synthetic polymer composed of at least eight -
five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers
and/or inhibitors added to the base plastic to make the filaments resistant to deterioration
due to ultraviolet and heat exposure.
(3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a
minimum of six (6) months of expected usable construction life at a temperature range of
0 to 120 degrees Fahrenheit.
FM 1730 (Slide Road) Water Line Extension 01356-2 December 2013
[' 98`h St. to FM 1585
(4) The filter fabric shall meet the following requirements:
FILTER FABRIC FOR SILT FENCE
PHYSICAL PROPERTY
TEST PROCEDURE
REQUIREMENT
Grab Tensile
ASTM D 4632
100 lbs. min.
Elongation
ASTM D 4632
30 % max.
Trapezoid Tear
ASTM D 4533
55 lbs. min.
Permittivity
ASTM D 4491
0.2 sec-1
AOS U.S. Std. Sieve)
ASTM D 4751
20 —100
B. Silt Fence Stakes and Posts
(1) The Contractor may use either wooden stakes or steel posts for fence construction.
(2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of
two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4)
inches when pine is used, and shall have a minimum length of four (4) feet.
(3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a
minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet.
C. Identification, Storage, and Handling\
(1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873.
2.2 COMPONENTS FOR STRAW BALES
A. Straw Bales
(1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses
such as Byhalia, Bermuda, etc., furnished in air-dry condition.
(2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18)
inches. All bales shall be either wire -bound or string -tied.
(3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the
ground.
(4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2)
inches by two (2) inches in cross section and shall have a minimum length of three (3)
feet.
(5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch
and a minimum length of three (3) feet.
PART 3 EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. Storm Water Pollution Prevention Plan will be provided by the Contractor.
B. The Contractor must keep a copy of the SWP3 on site at all times.
C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48)
hours prior to start of construction.
D. No work will be permitted until NOI is filed.
E. The SWP3 shall be continually updated as necessary to reflect current and changing
conditions on site.
F. Additional measures not specifically shown in the SWP3 may be used to control erosion from
leaving the site.
FM 1730 (Slide Road) Water Line Extension 01356-3 December 2013
98t° St. to FM 1585
gM1�
G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of
this contract.
H. The Contractor shall furnish the Owner with a copy of the NOI and NOT.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 013564 December 2013
98'h St. to FM 1585
SECTION 01400
QUALITY REQUIREMENTS
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Definitions
(2) Testing Requirements
(3) Submittals
(4) Quality Control
(5) Repair and Protection
1.2 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed before and during
execution of the Work to guard against defects and deficiencies and ensure that proposed
construction complies with requirements.
B. Quality Control Services: Tests, inspections, procedures, and related actions during and after
execution of the Work to evaluate that completed construction complies with requirements.
1.3 TESTING REQUIREMENTS
A. Testing and inspecting services are required to verify compliance with requirements specified
or indicated. These services do not relieve the Contractor of responsibility for compliance
with the Contract Document requirements.
B. Specific quality control requirements for individual construction activities are specified in the
sections that specify those activities. Requirements in those Sections may also cover
production of standard products.
C. Specified tests, inspections, and related actions do no limit the Contractor's quality control
procedures that facilitate compliance with the Contract Document requirements.
1.4 SUBMITTALS
A. Qualification Data:
(1) For individuals employed by the Contractor who will perform testing as required by the
various specification Sections, submit at least fourteen (14) days prior to being used on
the project the capabilities and experience of such individuals and the types of tests that
the individual will perform.
(2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days
prior to being used on the project the name, address, and manager of such testing
agency and the types of tests that the agency will perform.
(a) Such testing agency shall be acceptable to the Owner prior to being used on the
project.
B. Reports:
(1) Prepare and submit written reports within fourteen (14) days following the date of the test
that include the following:
(a) Date of issue
(b) Project title and number.
FM 1730 (Slide Road) Water Line Extension 01400-1 December 2013
98`h St. to FM 1585
(c) Name, address, and telephone number of testing agency. If the individual is
employed by the Contractor, use Contractor's name, address, and telephone number.
(d) Dates and locations of samples and test
(e) Names of individuals making tests
(f) Description of the work and test method
(g) Identification of material, product, and specification Section.
(h) Complete test or inspection data
(i) Test results and interpretation of test results
0) Ambient conditions at time of sample taking and testing.
(k) Comments and opinion on whether tested Work complied with the Contract
Document requirements and the applicable specification Section.
(1) Name and signature of individual performing the test if employee of the Contractor,
or name and signature of testing agency responsible person.
(m) For failing tests, recommendations on retesting unless specification Sections provide
procedure for retesting.
C. Professional Engineer Qualifications:
(1) Where a Professional Engineer is required in the specification Sections, this means a
Professional Engineer who is legally qualified to practice in the jurisdiction where the
project is located and who is experienced in providing engineering services of the kind
indicated.
D. Test Agency Qualifications:
(1) An agency with the experience and capability to conduct testing indicated, as
documented by ASTM E 548, and that has the capability and experience in the types of
tests to be performed.
E. Preconstruction Testing:
(1) Testing agency shall perform preconstruction testing with specified requirements for
performance and test methods.
(2) The Contractor shall not perform preconstruction testing except through a third party
testing agency.
F. Testing Agency Responsibilities:
(1) Submit certified written report of each test and similar Quality Assurance service to the
1..! Contractor.
(2) Interpret tests and state in each report whether tested work complies with or deviates
from the Contract Document requirements.
1.5 QUALITY CONTROL
A. Owner Responsibilities:
(1) Where quality control services are indicated as Owner or Engineer's responsibility, such
services may be performed by the Owner's forces or by a qualified testing agency to
perform these services.
(2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone
numbers of testing agencies engaged by the Owner.
B. Contractor Responsibilities:
` (1) Provide quality control services required in the various specification Sections.
FM 1730 (Slide Road) Water Line Extension 01400-2 December 2013
98`n St. to FM 1585
(2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently
in advance of the time and date when work that requires testing will be performed.
(3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner
agrees in writing to such engagement.
(4) Where testing is indicated as the Contractor's responsibility, submit certified written
reports in duplicate of each testing service, whether performed by the Contractor's
personnel or Contractor engaged testing agency.
(5) Such reports shall include failing tests and retests.
(6) Testing requested by the Contractor and not required by the Contract Documents are the
Contractor's responsibility.
(7) Where the Contractor's personnel are performing tests, provide individuals with
appropriate equipment to perform the tests in accordance with the test method
requirements.
(8) Provide alternate equipment where the specified test method cannot be applied, and
where alternative test methods and equipment must be employed to provide the
necessary quality control.
C. Retesting:
(1) Regardless of whether original tests were the Contractor's responsibility, provide quality
control services, including retesting, for construction that revised or replaced work that
failed to comply with requirements established by the Contract Documents.`
D. Testing Agency Responsibilities:
(1) Cooperate with the Engineer and Contractor in performance of duties.
(2) Provide qualified personnel and necessary equipment to perform required tests and
inspections. y
(3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in
the work during performance of its services.
(4) Interpret tests and inspections and state in each report whether tested and inspected work +
complies with or deviates from the requirements.
(5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality
control service through the Contactor.
(6) Do not release, revoke, alter, or increase requirements of the Contract Documents or
approve or accept any portion of the Work.
(7) Do not perform any duties of the Contractor.
E. Associated Services:
(1) Cooperate with agencies performing required tests, inspections, and similar quality
control services, and provide reasonable auxiliary services as requested.
(2) Notify agency sufficiently in advance of operations to permit assignment of personnel.
(3) Provide the following:
(a) Access to the Work.
(b) Incidental labor and facilities necessary to facilitate tests and inspections.
(c) Adequate quantities of representative samples of materials that require testing and
inspecting.
(d) Assist agency in obtaining samples.
(e) Facilities for storage and field curing of test samples.
FM 1730 (Slide Road) Water Line Extension 01400-3 December 2013
98`h St. to FM 1585
(f) Additional associated services required of the Contractor for testing access are listed
in the specification Sections.
' (g) Delivery of samples to testing agencies.
(h) Preliminary design mix proposed for use for material mixes that require control by
testing agency.
(i) Security and protection for samples and for testing and inspecting equipment at
F.I Project site.
F. Coordination:
(1) Coordinate sequence of activities to accommodate required quality assurance and quality
control services with a minimum of delay and to avoid necessity of removing and
replacing construction to accommodate testing and inspecting.
(2) Schedule times for tests, inspections, obtaining samples, and similar activities.
PART PRODUCTS
Not used
PART I EXECUTION
1.1 REPAIR AND PROTECTION
A. On completion of testing, inspecting, sample taking, and similar services, repair damaged
construction, and restore substrates and finishes.
B. Provide materials and comply with installation requirements specified in other Sections of
these Specifications.
C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates
evidence of patching.
D. Protect construction exposed by or for quality control service activities.
E. Repair and protection are the Contractor's responsibility, regardless of the assignment of
responsibility for quality control services.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01400-4 December 2013
` t 98`h St. to FM 1585
SECTION 01410
TESTING LABORATORY SERVICES
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Selection and Payment
(2) Quality Assurance
(3) Laboratory Responsibilities
(4) Laboratory Reports
(5) Limits on Testing Laboratory Authority
(6) Contractor Responsibilities
(7) Schedule of Inspections and Tests
B. References:
(1) ANSI/ASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or
Inspection of Soil and Rock as Used in Engineering Design and Construction.
(2) ANSI/ASTM E329 — Recommended Practice for Inspection and Testing Agencies for
Concrete, Steel, and Bituminous Materials as Used in Construction.
1.2 SELECTION AND PAYMENT
A. An independent firm, provided at the Contractor's expense, will perform inspection, tests,
and other services specified in individual specification Sections and as required by the
Engineer.
B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating
observations and results of tests and indicating compliance or non-compliance with Contract
Documents.
C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools,
storage, safe access, and assistance by incidental labor as requested.
D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for
operations requiring services.
E. Make arrangements with independent firm and pay for additional samples and tests required
for Contractor's use.
F. Testing or inspecting does not relieve Contractor from performing Work to contract
requirements.
G. The cost associated with compliance testing shall be paid by the Contractor.
H. Re -testing required because of non-conformance to specified requirements shall be performed
by the same independent firth on instructions by the Engineer.
I. Payment for re -testing will be paid by the Contractor.
1.3 QUALITY ASSURANCE
A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329.
B. Testing laboratory shall maintain a full time registered Engineer on staff to review services.
t_s
FM 1730 (Slide Road) Water Line Extension 01410-1 December 2013
981h St. to FM 1585
C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy
traceable to either National Bureau of Standards (NBS) standards or accepted values of
natural physical constants.
1.4 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
a
B. Provide qualified personnel at site.
C. Cooperate with the Engineer and Contractor in performance of services.
D. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
E. Ascertain compliance of materials and mixes with requirements of Contract Documents.
F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of
Work or Products.
G. Perform additional inspections and tests required by the Engineer.
1.5 LABORATORY REPORTS
A. After each inspection and test, promptly submit three (3) copies of laboratory report to the
Engineer and to the Contractor.
B. Laboratory test reports shall include:
(1) Date issued
(2) Project title and number
(3) Name of inspector
(4) Date and time of sampling or inspection
(5) Identification of product and Specification Section
(6) Location in the Project
(7) Type of inspection or test
(8) Date of test
(9) Results of tests
(10) Conformance with Contract Documents
C. When requested by the Engineer, provide interpretation of test results.
1.6 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of the Contractor.
D. Laboratory has no authority to stop the Work.
1.7 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be
used which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and
handle samples at the site or at source of products to be tested, to facilitate tests and
inspections, storage and curing of test samples.
FM 1730 (Slide Road) Water Line Extension 01410-2 December 2013
98"' St. to FM 1585
D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring
inspection and testing services.
1.8 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01410-3 December 2013
98`h St. to FM 1585
SECTION 01555
BARRICADES, SIGNS, AND TRAFFIC HANDLING
PART1 GENERAL
1.1 SUMMARY
A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and
removing upon completion of work, all barricades, portable barriers, signs, portable
changeable message signs, cones, lights, and other such type devices and of handling traffic
as indicated on the plans or as directed by the Engineer or Owner.
B. Section Includes:
(1) Description
(2) Construction Methods
(3) Traffic Control Plan
(4) Maintenance
PART PRODUCTS
2.1 CONSTRUCTION METHODS
A. All barricades, signs, and other types of devices shall conform to details shown on the plans
or those indicated in the latest version of the Texas Manual on Uniform Traffic Control
Devices (TMUTCD).
+
B. All traffic control devices shall be crashworthy according to the guidelines set forth in the
National Cooperative Highway Research Program (NCHRP) Report 350.
PART 3 EXECUTION
3.1 TRAFFIC CONTROL PLAN
A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased
construction.
B. This plan must be approved in writing by the Engineer or Owner in order to be used.
C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who
will be responsible and available on this project site or in the immediate area to insure
J
compliance with the TCP.
3.2 MAINTENANCE
A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall
be maintained by cleaning, replacing, or a combination thereof such that during darkness and
rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics
'.
of traffic industry standard reflective panels.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01555-1 December 2013
98'h St. to FM 1585
SECTION 01576
WASTE MATERIAL DISPOSAL
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Submittals
(2) Salvageable Material
(3) Excess Material
1.2 SUBMITTALS
A. Obtain and submit disposal permits for proposed disposal sites if required by local
ordinances.
B. Submit a copy of written permission from property owner, along with a description of
property, prior to disposal of excess material adjacent to the Project.
C. Submit a written and signed release from property owner upon completion of disposal work.
D. Both written permission and signed release shall include hold -harmless clauses naming the
City of Lubbock, Texas as the entities to be held harmless in any subsequent legal
proceeding.
E. Both property permissions and signed releases shall be attested to by a notary public.
PART2 PRODUCTS
Not used
PART 3 EXECUTION
1.1 SALVAGEABLE MATERIAL
A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section
02221— Removing Existing Pavements.
1.2 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and
other materials not designated for salvage, shall become the property of the Contractor and
shall be removed from the job site and legally disposed of at a proper facility such as the
West Texas Region Disposal Facility (WTRDF).
B. Excess material may be disposed at the WTRDF at no additional cost to the Owner.
(1) There will be a tipping fee of $28.50 per ton for construction debris and for excess
uncontaminated soil.
(2) For a complete list of fees associated with the WTRDF, please go to the City's website at
http://solidwaste.ci.lubbocLtx.us/disposal/fees.aspx.
(3) There will also be a fee of $15.00 per load for every truck that is not covered properly
when coming to the landfill.
FM 1730 (Slide Road) Water Line Extension 01576-1 December 2013
98te St. to FM 1585
jj (4) All tipping fees shall be considered to be included in the Contractor's bid prices.
C. Excess soil may be deposited on private property adjacent to the Project if approved by the
Owner and when written permission is obtained from the property owner.
D. Waste materials shall be removed from the site on a daily basis, such that the site is
maintained in a neat and orderly condition.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 01576-2 December 2013
98`h St. to FM 1585
SECTION 02260
EXCAVATION SUPPORT AND PROTECTION
PART1 GENERAL
1.1 SUMMARY
A. This Section includes temporary excavation support and protection systems.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Project Conditions
(4) Materials
(5) Preparation
(6) Sheet Piling
(7) Trench Boxes
(8) Trenching Procedures
1.2 SUBMITTALS
A. Shop Drawings for Information:
(1) Prepared by or under the supervision of a qualified Professional Engineer for excavation
support and protection systems.
(2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer
responsible for their preparation.
B. Qualification data for installer and Professional Engineer.
C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining
construction and site improvements that might be misconstrued as damage caused by the
absence of, the installation of, or the performance of excavation support and protection
systems.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, monitor, and maintain excavation support and protection system
capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and
superimposed and construction loads.
B. Provide professional engineering services needed to assume engineering responsibility,
including preparation of Shop Drawings and a comprehensive engineering analysis by a
qualified Professional Engineer.
C. Prevent surface water from entering excavations by grading, dikes, or other means approved
by the Engineer.
D. Install excavation support and protection systems without damaging existing buildings,
pavements, and other improvements adjacent to excavation.
1.4 PROJECT CONDITIONS
A. Existing Utilities:
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
FM 1730 (Slide Road) Water Line Extension 02260-1 December 2013
98t° St. to FM 1585
B. Project Site Information:
(1) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(2) Clearly identify benchmarks and record existing elevations.
(3) During installation of excavation support and protection systems, regularly resurvey
--1 benchmarks, maintaining an accurate log of surveyed elevations and positions for
comparison with original elevations and positions.
(4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks,
sags, or other damage is evident in adjacent construction.
? PART 2 PRODUCTS
2.1 MATERIALS
A. Provide materials that are either new or in serviceable condition.
B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M.
C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A
690M; with continuous interlocks.
PART 3 EXECUTION
3.1 PREPARATION
A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection systems operations.
B. Shore, support, and protect utilities encountered.
C. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
E. Locate excavation support and protection systems clear of permanent construction so that
forming and finishing of concrete surfaces is not impeded.
F. Monitor excavation support and protection systems daily during excavation progress and for
as long as excavation remains open.
G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation
support and protection systems remain stable.
H. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
3.2 SHEET PILING
A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form
a continuous barrier.
B. Limit vertical offset of adjacent sheet piling to sixty (60) inches.
C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a
horizontal line and not more than 1:120 out of vertical alignment.
FM 1730 (Slide Road) Water Line Extension 02260-2 December 2013
98`h St. to FM 1585
D. Cut tops of sheet piling to uniform elevation at top of excavation.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench.
B. All exposed trench shall be protected.
3.4 TRENCHING PROCEDURES
A. Provide shoring systems in accordance with the Contractor's submitted design to adequately
resist earth pressures.
B. Proceed with work in an orderly fashion.
C. Install trench bracing systems as soon as possible after opening trenches.
D. Do not allow workers in trench prior to installing trench bracing systems.
E. Backfill trenches as soon as possible after completion of work.
F. Stockpile excavated materials at three (3) feet away from edge of trench.
G. Maintain barricades and signage as required by State and Local codes to protect open
excavations.
H. Do not allow surface water to enter excavations.
I. Properly grade areas adjacent to trench excavations to control surface drainage away from
excavations.
J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three
(3) feet from edge of cut to avoid allowing loose material to enter trench.
K. Cut back method may not be used where there is insufficient work area to employ it.
L. Do not operate heavy equipment except for trench digging or pipe laying equipment within
twenty (20) feet of edge of excavation.
M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the
Contractor deems it safe to do so.
3.5 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has progressed
sufficiently to support excavation and bear soil and hydrostatic pressures.
B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements,
facilities, and utilities.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 02260-3 December 2013
98`h St. to FM 1585
SECTION 02317
EXCAVATION AND BACKFILL FOR UTILITIES
PART1 GENERAL
1.1 SUMMARY
A. This section of the specifications includes information on excavation, trenching, foundation,
embedment, and backfill for installation of utilities, including manholes and pipeline
structures.
B. Section Includes:
(1) Definitions
(2) References
(3) Scheduling
(4) Submittals
(5) Tests
(6) Equipment
(7) Material Classifications
(8) Accessories
(9) Installation
(10) Preparation
(11) Protection
(12) Excavation
(13) Handling Excavation Materials
(14) Trench Foundation
(15) Ground Water Control
(16) Pipe Embedment, Placement and Compaction
(17) Trench Zone Backfill, Placement and Compaction
(18) Field Quality Control
(19) Disposal of Excess Material
1.2 DEFINITIONS
A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade
after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation
backfill material placed and compacted in over -excavations.
B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation
up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D.
C. Haunching — The material placed on either side of the pipe from the foundation to the
springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to
opposite sidewall, excluding the bedding section as shown on the plans.
D. Initial Backfill — The portion of trench backfill that extends vertically from the top of
haunching or cement stabilized backfill up to a level line immediately below pavement
subgrade, and horizontally from on trench sidewall to opposite sidewall.
E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and
initial backfill.
FM 1730 (Slide Road) Water Line Extension 02317-1 December 2013
1'.
98`hSt. to FM 1585
.
F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe
embedment up to a line immediately below pavement subgrade or up to final grade when not
beneath paving.
G. Backfill — Suitable material meeting specified quality requirements, placed and compacted
under controlled conditions.
H. Ground Water Control Systems — Installations external to trench, such as well points,
eductors, or deep wells. Ground water control includes dewatering to lower ground water,
intercepting seepage which would otherwise emerge from side or bottom of trench
excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to
Section 02240 — Dewatering.
I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away
from trench excavation. Rain water and surface water accidentally entering trench shall be
controlled and removed as a part of excavation drainage.
J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or
other approved means.
K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls
of pipe embedment zone. Maintain trench conditions that provide for effective placement
and compaction of embedment material directly on or against undisturbed soils or foundation
backfill, except where structural trench support is necessary.
L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment
zone as a result of typically dry soils or achieved by ground water control (dewatering or
depressurization) for trenches extending below ground water level.
M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by
excavation drainage.
N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to
supplement ground water control systems to control seepage and provide stable trench
subgrade in predominately clayey soils prior to bedding placement.
O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone
in combination with ground water control in predominately sandy or silty soils.
P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground
water inflow or high water content causes soil disturbances, such as sloughing, sliding,
boiling, heaving, or loss of density.
Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below
trench shields or shoring installations may be used to allow placement and compaction of
foundation or embedment materials directly against undisturbed soils. Depth of a subtrench
depends upon trench stability and safety as determined by the Contractor.
R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing
capacity or composed of otherwise unsuitable materials below top of foundation as shown on
Drawings, and backfilled with foundation backfill material.
S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled
gradation, to control drainage and material separation. Foundation backfill material is placed
and compacted as backfill to provide stable support for bedding.
T. Trench Safety Systems include both protective systems and shoring systems as defined in
Section 02260 — Excavation Support and Protection
U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as
work proceeds, used as a protective system and designed to withstand forces imposed on it by
FM 1730 (Slide Road) Water Line Extension 02317-2 December 2013
98`h St. to FM 1585
cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so
designed or placed in a series depending on depth and length of excavation to be protected.
V. Shoring System — A structure that supports sides of an excavation to maintain stable soil
conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent
installations or improvements.
1.3 REFENCES
A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures.
B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
Mixtures Using 5.5-lb. Rammer and 12 inch Drop.
C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method.
D. ASTM D 2487 — Classification and Soils for Engineering Purposes.
E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear
Methods (Shallow Depth).
F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear
Methods (Shallow Depth).
G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils.
J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and
Health Administration (OSHA).
1.4 SCHEDULING
A. Schedule work so that pipe embedment can be completed on the same day that acceptable
foundation has been achieved for each section of pipe installation, manhole, or other
structures.
1.5 SUBMITTALS
A. Conform to Section 01300 — Submittal Procedures
B. Submit a written description for information only of the planned typical method of
excavation, backfill placement, and compaction, including:
(1) Sequence of work and coordination of activities.
(2) Selected trench widths and dimensions of excavations.
(3) Procedures for foundation and embedment placement, and compaction.
(4) Procedure for use of trench boxes and other pre -manufactured systems while assuring
specified compaction against undisturbed soils.
C. Submit backfill material sources and product quality information in accordance with
requirements of Section 02320 — Utility Backfill Materials.
D. Submit record of location of pipe as installed, referenced to the TxDOT coordinate system.
(1) Include locations of utilities encountered that are not shown on drawings or rerouted for
the convenience of the Contractor.
(2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc.
E. Submit field density tests of trench backfill.
F. Submit laboratory density compaction curves for each material.
1.6 TESTS
FM 1730 (Slide Road) Water Line Extension 02317-3 December 2013
98`h St. to FM 1585
E. Provide sufficient space between shoring cross braces to permit equipment operations and
handling of forms, pipe, embedment and backfill, and other materials.
F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal,
or concealed conditions, discontinue work at that location. Notify the Engineer and obtain
instructions before proceeding.
G. Shoring of Trench Walls:
(1) Install special shoring in advance of trench excavation or simultaneously with the trench
excavation, so that the soils within the full height of the trench excavation walls will
remain laterally supported at all times.
(2) For all types of shoring, support trench walls in the pipe embedment zone throughout the
installation.
(3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out
behind the trench wall support.
(4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe
embedment zone in place to preclude loss of support of foundation and embedment
materials.
(5) Leave rangers, walers, and braces in place as long as required to support the sheeting,
which has been cut off, and the trench wall in the vicinity of the pipe zone.
(6) Employ special methods for maintaining the integrity of embedment or foundation
material.
(7) Before moving supports, place and compact embedment to sufficient depths to provide
protection of pipe and stability of trench walls.
(8) As supports are moved, finish placing and compacting embedment.
(9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb
pipe foundation and embedment materials by subsequent removal.
(10) Maximum thickness of removable sheeting extending into the embedment zone shall be
the equivalent of a one (1) inch thick steel plate.
(11) Fill voids left on removal of supports with compacted backfill material.
H. Wherever necessary to prevent caving, the trench shall be adequately supported as required
by the Drawings and Specifications.
I. The Contractor is entirely responsible for assuring that trenches are adequately supported to
protect both the workers and the public.
J. Use of Trench Shields/Trench Boxes:
(1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely,
without damage to the trench sidewalls.
(2) Move trench shields so that pipe, and backfill materials, after placement and compaction,
are not damaged or disturbed, or the degree of compaction reduced.
(3) When required, place, spread, and compact pipe foundation and bedding materials
beneath the shield.
(4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread.
(5) Place and compact backfill materials against undisturbed walls and foundation.
(6) Maintain trench shield in position to allow sampling and testing to be performed in a safe
manner.
(7) Contractor shall provide trench shield for Owner's tests within the trench as required in
paragraph 3.11.13
FM 1730 (Slide Road) Water Line Extension 02317-6 December 2013
98`h St. to FM 1585
3.5 HANDLING EXCAVATION MATERIALS
A.
Use only excavated materials which are suitable as defined in this Section and conforming to
Section 02320 — Utility Backfill Materials.
B.
Place material suitable for backfilling in stockpiles at a distance from the trench to prevent
slides or cave-ins.
C.
Do not place stockpiles of excess excavated materials on streets and adjacent properties.
` D.
Protect excess stockpiles for use on site.
E.
Maintain site conditions in accordance with Section 01500 — Temporary Facilities and
Controls.
3.6 TRENCH
FOUNDATION
A.
The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the
bottom of the trench over the entire length of the pipe.
B.
Any part of the trench excavated below grade shall be corrected by filling with approved
material and compacting thoroughly.
C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the
trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected
material, and thoroughly compacted.
D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be
made properly, and of sufficient depth to prevent the bell of the pipe from resting on
undisturbed materials.
3.7 GROUND WATER CONTROL
A. Should ground water become an issue, refer to Section 02240 — Dewatering.
B. Provide a stable trench to allow installation in accordance with the Specifications.
3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of
trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on the
Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to provide
uniform bearing and side support when compacted.
D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above
top of pipe.
E. Perform placement and compaction directly against the undisturbed soils in the trench
sidewalls, or against sheeting which is to remain in place.
F. Do not place trench shields or shoring within height of the embedment zone unless means to
maintain the density of compacted embedment material are used.
G. If moveable supports are used in embedment zone, lift the supports incrementally to allow
placement and compaction of the material against undisturbed soil.
H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations.
I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular
aggregates.
J. Place haunching material manually around the pipe and compact it to provide uniform
bearing and side support.
FM 1730 (Slide Road) Water Line Extension 02317-7 December 2013
98`h St. to FM 1585
K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable
means during compaction of haunch areas and placement beside the pipe.
L. Shovel in -place and compact embedment material using pneumatic tampers in restricted
areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas.
M. Compact each lift before proceeding with placement of the next lift.
N. Water tamping and water jetting are not allowed.
O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete
vibrator to consolidate material under haunches.
P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A
and 2.3.13.
3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION
A. Place backfill for pipe or conduits and restore as soon as practicable.
B. Leave only the minimum length of trench open as necessary for construction.
C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the
Owner.
D. Where damage to completed pipe installation work is likely to result from withdrawal of
sheeting, leave the sheeting in place.
(1) Cut off sheeting two (2) feet or move above the crown of the pipe.
(2) Remove trench supports within five (5) feet from the ground surface.
E. Place trench zone backfill in lifts and compact by methods selected by the Contractor.
F. Fully compact each lift before placement of the next lift.
G. Cement Stabilized Backfill/Lean Concrete Backfill:
(1) Place in depths as shown on plans.
(2) Use vibratory equipment to ensure placement under the haunches of the pipe.
(3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed
shall not commence until the in -place cement stabilized backfill has attained a
penetration resistance reading of at least thirty (30) when measured with a soil
penetrometer according to ASTM D 1558 and using a one -tenth square inch needle.
(4) This equates to a penetration resistance of approximately 300 pounds per square inch.
(5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the
degree of curing of the cement stabilized backfill.
(6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then
compacted backfill operations may commence.
(7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil
penetrometer with one -tenth square inch needle.
(8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on
both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each
day's trench length that is planned for controlled density backfill operations.
(9) Such readings shall be taken prior to commencing backfill operations.
H. Bedding Material:
(1) Sand bedding shall be loosely placed in trench as shown on the Drawings.
I. Gravel Embedment:
(1) Place in depths as shown on plans
FM 1730 (Slide Road) Water Line Extension 02317-8 December 2013
98`h St. to FM 1585
y jt
_a
(2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the
pipe-
J. Native Material/Borrow Material (Pipe Installation):
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
(2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
K. Topsoil:
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
(2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES
A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as
shown on the Drawings.
3.11 FIELD QUALITY CONTROL
A. Test for material source qualifications as defined in Section 02320 — Utility Backfill
Materials.
B. Provide excavation and trench safety systems at locations and to depths required for testing
and retesting during construction at no additional cost to the Owner.
C. Tests will be performed by the Contractor on a minimum of three (3) different samples of
each material type for plasticity characteristics, in accordance with ASTM D 4318, and for
gradation characteristics, in accordance with Tex- 101-E and Tex- 110-E. Additional
classification tests will be performed whenever there is a noticeable change in material
gradation or plasticity.
D. At least three (3) tests for moisture -density relationships will be performed initially for
backfill materials in accordance with ASTM D 698. Additional moisture -density relationship
tests will be performed whenever there is a noticeable change in material gradation or
plasticity.
E. The Contractor shall perform in -place density tests of compacted pipe foundation,
embedment, and trench zone backfill soil materials will be performed according to ASTM D
1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions.
F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material
for each compacted layer.
G. Density tests will be distributed around the placement areas. Placement areas are foundation,
bedding, haunching, initial backfill, and trench zone.
FM 1730 (Slide Road) Water Line Extension 02317-9 December 2013
98`h St. to FM 1585
H. The number of tests will be increased if compacting effort is variable and not considered
sufficient to attain uniform density, as specified.
I. Density tests may be performed at various depths below the fill surface by pit excavation.
Material in previously placed lifts may therefore be subject to acceptance/rejection.
J. Two (2) verification tests will be performed adjacent to in -place tests showing density less
than the acceptance criteria. Placement will be rejected unless both verification tests show
acceptable results.
K. Recompacted placement will be retested at the same frequency as the first test series,
including verification tests.
L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not
meet specified compaction requirements. For hardened cement stabilized backfill with
nonconforming density, core and test for compressive strength at Contractor's expense.
M. Acceptability of crushed rock compaction will be determined by inspection.
3.12 DISPOSAL OF EXCESS MATERIAL
A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste
Material Disposal.
END OF SECTION
0
FM 1730 (Slide Road) Water Line Extension 02317-10 December 2013
98`h St. to FM 1585
SECTION 02320
UTILITY BACKFILL MATERIALS
PART1 GENERAL
mm �j u 111
A. This Section of the specification covers materials related to the backfill of utilities.
B. Section Includes:
(1) "Concrete" sand (for use as pipe bedding).
(2) Native soil materials.
(3) Topsoil.
(4) Crushed stone.
(5) Cement stabilized backfill.
C. Related Sections:
(1) Drawings and General Provisions of the Contract, including General and
Supplementary Conditions and other Division 1 specification sections apply to this
section.
(2) Section 01300 — Submittal Procedures
(3) Section 01400 — Quality Requirements
(4) Section 02317 — Excavation and Backfill for Utilities.
1.2 DEFINITIONS
A. Refer to Section 02317 — Excavation and Backfill for Utilities.
1.3 REFENCES
A. ASTM C 33 — Specification for Concrete Aggregate.
B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete.
C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate.
D. ASTM C 131— Test Method for Resistance to Degradation of Small -Size Coarse Aggregate
by Abrasion and Impact in the Los Angeles Machine.
E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates.
F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates.
G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lb/ft).
H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200
Sieve.
I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification
System).
J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual
Procedure).
K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the
Microwave Oven Method.
M. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing.
N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1).
O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils.
FM 1730 (Slide Road) Water Line Extension 02320-1
981h St. to Fm 1585
December 2013
P. TxDOT Tex- 110-E —Determination of Particle Size Analysis of Soils.
1.4 SUBMITTALS
A. Conform to Section 01300 —Submittal Procedures.
B. Submit a description of source, material classification and product description, production
method, and application of backfill materials.
C. Submit test results for samples of off -site backfill materials.
D. For each delivery of material, provide a delivery ticket which includes source location.
1.5 TESTS
A. Perform tests of sources for off -site backfill material.
B. Verification tests of backfill materials may be performed by the Owner, at the Owner's
expense; however, failing tests will be charged to the Contractor.
PART 2 PRODUCTS
2.1 MATERIAL DESCIRPTIONS
A. "Concrete" Sand
(1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both)
conforming to requirements of ASTM C 33.
(2) Gradation shall conform to ASTM C 136 and the following limits.
Sieve
Percent Passing
3/8"
100
No. 4
95 to 100
No. 8
80 to 100
No. 16
50 to 85
No. 30
25 to 60
No. 50
10 to 30
No. 100
2 to 10
B. Native Soil Material for Backfill
(1) Provide backfill material that is free of stones greater than six (6) inches, free of roots,
waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or
other contamination.
C. Topsoil
(1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots,
waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or
other contamination.
(2) Surface should be made clear of rock and other debris before planting.
(3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set
aside to prevent mixing with other excavated material. Topsoil is only required in non -
paved areas.
D. Gravel Embedment
(1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable
material, and other non -gravel matter.
(2) Provide gravel embedment that meets the following gradation requirements:
FM 1730 (Slide Road) Water Line Extension 02320-2
98" St. to Fm 1585
December 2013
f
Sieve
Percent Retained
3/8"
0
No. 4
5 to 15
No. 10
50 to 90
No. 40
90 to 100
(3) A minimum of four inches of gravel embedment will be placed under the pipe. This
material will be used for backfill to the top of the pipe. This material MUST be shovel
sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe.
E. Cement Stabilized Backfill (Flowable Fill)
(1) Cement Content — 2 sack mix per cubic yard.
(2) Water/Cement Ratio — 0.60.
(3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for
backfilling pipe sizes forty-eight (48) inches and greater in diameter.
(4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less
.. than forty-eight (48) inches in diameter.
2.2 MATERIAL TESTING
A. Ensure that material selected, produced, and delivered to the project meets applicable
specifications and is of sufficiently uniform properties to allow practical construction and
quality control.
B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers,
for selection of material sources and products. Provide test results for a minimum of three (3)
samples for each source and material type. Tests samples of processed materials from current
production representing material to be delivered. Tests shall verify that the materials meet
specification requirements. Repeat qualification test procedures each time the source
characteristic changes or there is a planned change in source location or supplier.
Qualification tests shall include, as applicable:
(1) Gradation: Complete sieve analyses shall be reported regardless of the specified control
sieves. The range of sieves shall be from the largest particle through the No. 200 sieve.
(2) Plasticity of material passing the No. 40 sieve.
(3) Clay lumps.
(4) Lightweight pieces.
(5) Organic impurities.
C. Production Testing: Provide reports to the Engineer from an independent testing laboratory
that backfill materials to be placed in the Work meet applicable specification requirements.
D. Native material requires testing only when questionable material is encountered.
PART 3
3.1 SOURCES
EXECUTION
A. Use of material encountered in the trench excavations is acceptable, provided applicable
specification requirements are satisfied. If excavation material is not acceptable, provide
from other approved source. Top two (2) feet of excavated material shall be used as topsoil.
B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use
so that the Engineer may obtain samples from verification testing.
FM 1730 (Slide Road) Water Line Extension 02320-3
98'h St. to FM 1585
December 2013
C. Obtain approval for each material source by the Engineer before delivery is started. If
sources previously approved do not produce uniform and satisfactory products, furnish
materials from other approved sources. Materials may be subjected to inspection or
additional verification testing after delivery. Materials which do not meet the requirements of
the specifications will be rejected. Do not use material which, after approval, has become
unsuitable for use due to segregation, mixing with other materials, or by contamination.
Once a material is approved by the Engineer, expense for sampling and testing required to
change to a different material will be at the Contractor's expense with no additional cost to
the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations as practical for material handling and control.
B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators
to ensure filling of voids, filling around and under haunches of pipe and filling of spaces
between corrugations. Vibration shall not be applied to the utility pipe itself.
3.3 FIELD QUALITY CONTROL
A. Quality Control
(1) The Engineer may sample and test backfill at:
i. Sources including borrow pits, production plants, and
Contractor's designated off -site stockpiles.
ii. On -site stockpiles.
iii. Materials placed in the Work.
(2) The Engineer may resample material at any stage of work or location if changes in
characteristics are apparent.
B. Production Verification Testing: The Owner's testing laboratory will provide verification
testing on backfill materials, as directed by the Engineer. Samples may be taken at the source
or at the production plant, as applicable. Contractor shall cooperate with the Owner and
Engineer in allowing access to materials.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 02320-4 December 2013 (.
98`h St. to Fm 1585
SECTION 02445
BORES AND ENCASEMENTS
PART1 GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. The section covers utility bores and placing steel encasement in open cut trenches.
B. The encasement will be installed at the locations indicated on the attached plans.
C. The contractor will be responsible for providing all labor, materials, equipment and
incidentals necessary to accomplish the following:
(1) Construction of the bore and bore pits or trench cut.
(2) Installing the appropriate steel casing.
(3) Installing the water supply pipe in the steel casing using the pipe manufactures
recommended practices.
(4) Backfill all excavations.
(5) All traffic barricading and control.
(6) All trench safety requirements.
(7) Implementing a best management plan for the control of storm water runoff
1.2 CONTRACTOR USE OF SITE
A. Limit use of site to allow:
(1) Owner occupancy.
(2) Contractor.
B. Coordinate use of site under direction of Owner's Representative and TxDOT.
C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other
Contractors.
D. Move any stored products under Contractor's control, which interfere with operations of
(1) Owner.
(2) TxDOT right-of-way.
E. Assume full responsibility for the protection and safekeeping of products furnished under
this contract, stored on or off the site.
1.3 WORK SEQUENCE
A. Construct Work to accommodate Owner's occupancy requirements during the construction
period.
B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent
utility work and construction schedules of other government agencies, however, Contractor's
coordination for construction schedule and operations shall be with the Engineer or the
Owner's Representative only.
1.4 SUBMITTALS
{ . A. Provide written plan with methods and materials to be used in bore and casing process.
FM 1730 (Slide Road) Water Line Extension 02445 — 1 December 2013
98'h St. to FM 1585
C_,
B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of
proposed locations within pipe casing.
1.5 STANDARDS
A. All work shall be accomplished in accordance with the following standards:
(1) AWWA C-206 "Field Welding of Steel Water Pipe"
(2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
(3) AASHTO M-190 `Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches"
(4) AASHTO Standard Specifications for Highway Bridges, 1993.
(5) ASTM A-36 "Carbon Structural Steel"
(6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products"
(7) ASTM A-135 `Electric — Resistance — Welded Steel Pipe"
(8) ASTM A-139 `Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over)
(9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware"
(10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength"
(11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs"
(12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold -
Rolled for Commercial Quality"
(13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
(14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations
of Relative Density"
B. Additional standards contained in the City of Lubbock Public Works Engineering Design
Standards and Specifications handbook also apply.
1.6 QUALITY ASSURANCE
A. Installer's Qualifications
(1) Installers shall be competent and experienced in boring work of equal scope.
(2) Installers shall provide proof of successful, related work experience with references.
B. Job Conditions
(1) Where work is in the right-of-way of any government or corporate jurisdiction, the
Owner will secure the appropriate permits or easements. The Contractor shall observe
regulations, instructions and limitations of each right-of-way owner. Coordination shall
be through Owner's representative.
(2) Excavated material shall be kept off of roads and railroad tracks at all times.
(3) No blasting is allowed at any time.
(4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify
location and elevation of all pipelines, power lines and communication cable in the
construction area prior to execution. Verification of existing pipe and cable utilities
shall be the sole responsibility of the Contractor.
1.7 OWNER OCCUPANCY
A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's
operation.
r a
FM 1730 (Slide Road) Water Line Extension 02445 — 2 December 2013
98t' St. to FM 1585
((i t
$j
r`
B. Schedule the Work to accommodate this requirement.
PART PRODUCTS
2.1 STEEL CASING
A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM
A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal.
B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or
heavy rust. Used Casing may be used with the Owners Representative approval and
inspection. Casing joints shall be fillet welded according to ASTM C-206.
2.2 CASING SPACERS
A. Casings spacers shall be sized for 12" water line in a 24" steel casing to clear the bell and not
center the line vertically within the casing.
B. Approved casing spacers include:
(1) Advance Products
(2) BMW
(3) Cascade
(4) CCI Pipeline
(5) Culpico
(6) PSI
C. Other casing spacers may be used with approval from the Owner Representative or the
Engineer.
2.3 JOINT RETRAINT
A. Uncased pipe bores are permitted with Engineer's approval.
B. Approved joint restraint devices which prevent over -insertion:
(1) EBAA Mega -Stop (for push direction only)
(2) CertainTeed Certa-Lok
(3) Other over -insertion protection devices must be submitted prior to approval.
C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe
spacers.
D. All uncased bore methods require Contractor to submit joint restraint manufacturer's
literature for Engineer's approval.
PART 3 EXECUTION
3.1 BORES
A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified
or instructed.
B. Water used for lubrication of cuttings in conjunction with boring operations shall be
permitted. Jetting shall be prohibited.
C. All bores under existing paving will be subject to the following precautions:
(1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path.
FM 1730 (Slide Road) Water Line Extension 02445 — 3 December 2013
98`h St. to FM 1585
(2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring p
techniques shall be subject to the approval of the Engineer on a case -by -case basis.
(3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller.
Impact moling may be used for drilling pilot holes.
(4) Pipe Jacking or Ramming — Continue jacking process to completion once it has begun to
prevent the pipe from becoming firmly set in the embankment.
(5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and
operational limitations set by manufacturer.
D. The following precautions shall be observed in special circumstances:
(1) Boring under 114th Street:
(a) Presence of existing 42 inch water main requires that the 1141h Street bore be cased.
(b) Boring pit shall be placed on the north side of 1141h Street and proceed to the south
under the road.
(c) No boring method shall be chosen which will potentially disrupt or endanger existing
adjacent underground utilities.
(d) Contractor is responsible for damage to existing pipe, cable and other utilities
affected during construction.
(e) Boring operations shall provide safe setbacks from the roadway to ensure continuous
service during construction.
(2) Boring under Parks roadways:
(a) Method of boring and casing for driveways along the right-of-way is at the discretion
of the Contractor.
(b) Uncased bores are permitted in this portion of the construction.
E. Contractor shall be fully responsible to insure the boring methods used are safe and adequate
for workers, installed pipe, property, the public, adjacent utilities and other site conditions.
F. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will
be allowed.
G. Contractor is responsible for removing all excavated material.
H. Contractor shall be responsible for trench safety and all traffic control requirements.
I. After installing the water pipe in the encasement the ends of the encasement must be sealed
to prevent soil creep into the pipe.
3.2 PIPE INSTALLATION
A. Contractor shall use approved joint restraint devices for pipe within casing.
B. Contractor shall use approved spacers as specified to install pipe in casing.
3.3 OPEN TRENCH ENCASEMENT
A. The water distribution pipe shall be installed in the same manner as the encased bores. The
cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as
per manufacture recommendation.
B. The ends of the encasement shall be sealed after the carrier pipe is installed.
END OF SECTION
f_
J I
FM 1730 (Slide Road) Water Line Extension 02445 — 4 December 2013
98`h St. to FM 1585 �
SECTION 02665
WATER PIPING, VALVES, AND FITTINGS
PART 1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers all water piping, valves, and fittings required for the
project.
B. Section Includes:
(1) Material Schedule
(2) Submittals
(3) References
(4) Materials
(5) Polyvinyl Chloride (PVC) Pipe
(6) Ductile Iron Pipe
(7) Concrete Cylinder Pipe
(8) Pipe Fittings
(9) Flexible Couplings and Flanged Coupling Adapters
(10) Pipe Joints
(11) Steel Casing
(12) Valves
(13) Fire Hydrants
(14) Polyethylene Wrap
(15) Joint Restraints
(16) Concrete
(17) General
(18) Inspection
(19) Responsibility for Materials
(20) Handling Pipe and Accessories
(21) Alignment and Grade
(22) Manner of Handling Pipe and Accessories in Trench
(23) Cleaning and Inspecting
(24) Laying and Jointing PVC Pipe
(25) Plugging Dead Ends
(26) Fittings
(27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings
(28) Thrust Restraint
(29) Excavation, Trenching and Backfilling
(30) Line Testing
(31) Disinfection of Pipelines
(32) Installation of Steel Pipe Casing and Pipe in Casing
FM 1730 (Slide Road) Water Line Extension 02665-1 December 2013
981h St. to FM 1585
a
�wi
(33) Pipe Identifiers
(34) Cleanup
1.2 MATERIAL SCHEDULE
A. 6", 8", 10" and 12" lines shall be AWWA C 900, DR 18 PVC pipe.
B. Ductile Iron Fittings (AWWA C 153)
C. Tapping Sleeve (ductile iron or stainless steel)
D. Gate Valves
E. Valve Boxes
F. Fire Hydrants (AWWA C 502)
G. Mechanical Joint Restraints
1.3 SUBMITTALS
A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class
calculations, steel casing, and casing spacers.
B. Submit affidavits of compliance with appropriate standards.
C. Submit product warranties.
D. Submit manufacturer's installation instructions.
E. Submit manufacturer's loading, unloading, and storage requirements.
F. Submit product information for pipe identification tape.
G. Submit concrete mix design for concrete thrust blocking.
1.4 REFERENCES
A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water.
B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water.
C. AWWA C 111 — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings.
D. AWWA C 104 — Rubber Seated Butterfly Valves.
E. AWWA 509 — Resilient Seated Gate Valves for Water Supply.
F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch
through 12 inch, for water distribution.
G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch
through 48 inch, for water transmission and distribution.
H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and
other Liquids.
I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type
J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger
K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel
Water Pipe - 4 in. and Larger -Shop Applied
L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe
M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144"
N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings
O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special
Sections, Connections, and Fittings for Steel Water Pipelines
�t
FM 1730 (Slide Road) Water Line Extension 02665-2 December 2013
981n St. to FM 1585
r
kj
i'
r-
P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and
Exterior of Steel Water Pipelines
Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water
Pipelines
R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin Coatings for the
Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines
S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water
Pipelines and Fittings
T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe
U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of
Steel Water Pipelines and Fittings
V. AWWA M-11 Steel Pipe - A guide for Design and Installation
W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature
Service.
X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated
Welded and Seamless
Y. ASTM E 165 Method for Liquid Penetrant Examination
Z. ASTM E 709 Guide for Magnetic Particle Examination
AA. ASME Section V Nondestructive Testing Examination
BB.ASME Section IX Welding and Brazing Qualification.
CC.AWS B2.1 Standard for Welding Procedure and Welding Qualifications.
PART 2 PRODUCTS
2.1 MATERIALS
A. All pipe, fittings, and valves shall be new and of the best quality in material and
workmanship.
B. All pipe, fittings, and valves shall conform to American National Standards Institute/National
Sanitation Foundation (ANSI/NSF) Standard 61.
C. In areas where natural gas lines exist, and are cathodically protected by means of impressed
current, only electrically non-conductive pipe shall be allowed.
2.2 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18.
B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the
PVC pipe shall be cast iron equivalent.
C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and
spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and
insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint
length shall be twenty (20) feet.
D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including
nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and
_ seal of testing agency that verified the suitability of the pipe material for potable water.
FM 1730 (Slide Road) Water Line Extension 02665-3 December 2013
981h St. to FM 1585
4->
4
E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as
applicable.
F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the
transportation of potable water and shall bear the NSF seal of approval.__
2.3 DUCTILE IRON PIPE
A. Ductile Iron pipe 12" shall be Class 200.
B. Ductile iron pipe to be furnished shall conform to the following standard specifications or
latest revisions:
(1) ANSI/AWWA C150/A21.50-81
(2) ANSI/AWWA C104/A21.4-80
(3) ANSI/AWWA C151/A21.4-80
C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI
A21.4) specifications. The external surface shall be coated with an asphalt base paint.
D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where
connecting flanged fittings, and shall otherwise conform to the base specifications to which
the pipe is manufactured.
E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe.
F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket
meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision.
2.4 CONCRETE CYLINDER PIPE
A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the
latest revision of AWWA C-301.
B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the
latest revision of AWWAS C303-78
C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and
helically.
D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a
continuous ring rubber gasket meeting standards specified in AWWA C303-78.
E. A Portland cement mortar shall be used to fill the annular space both inside and outside of
joints in the pretensioned concrete cylinder pipe.
(1) Portland cement used in the mortar shall conform to "Standard Specifications and Test
for Portland Cement" A.S.T.M. serial designations C150 and C77.
(2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate.
(3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy
duty diaper.
(a) The width of the diaper shall be nine inches.
(b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side.
2.5 PIPE FITTINGS
A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of
piping with which they are installed. Pressure rating of fittings shall not be less than that of
the pipe.
B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in
accordance with AWWA C 104.
FM 1730 (Slide Road) Water Line Extension 026654 December 2013
981h St. to FM 1585
'1
�a
C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise
specified or shown on the Drawings.
D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110. Fittings shall
be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings.
E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but
in no case less than 150 psi.
i F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating
and shall be cement -lined in accordance with the specifications for coating and lining the
pipe.
G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile
iron pipe and shall be subjected to the same test requirements. Marking and weighing shall
be as required for ductile iron pipe.
H. Where flanged fittings are used, the flanges shall be of the same material as the fitting.
Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the
fitting. Screwed -on bells will not be acceptable.
2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on
the Drawings and at other locations required for installation of the piping system.
B.
Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint.
(
Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers
shall be stainless steel.
2.7 PIPE JOINTS
A.
Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111.
B.
Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111.
2.8 STEEL CASING
A.
Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi
-
B.
meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating.
Casing wall thickness for installation shall be in accordance with the City of Lubbock Design
Standards and Specifications.
C.
Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide
support around the periphery of the pipe should the pipe twist as it is pushed through the
casing.
D.
The spacers shall be of a projection type that has a minimum number of projections around
the circumference totaling the number of diameter inches. For example, eight (8) inch pipe
shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a
minimum of eighteen (18) projections.
E.
Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto
the carrier pipe so that the spacers do not move during installation. Installation instructions
shall be provided with each shipment.
F.
Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load
anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits
per spacer listed in the brochure.
G. These values in the brochure include conservative safety factors for class spacer used.
Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on
plans.
FM 1730 (Slide Road) Water Line Extension 02665-5 December 2013
98`h St. to FM 1585
i
H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed
sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and
quality.
I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the
Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel
bands. "7
2.9 VALVES
A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on
the plans or specified herein. All valves shall be designed for a working pressure of at least
150 psi unless otherwise noted.
B. Gate Valves:
(1) All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall
meet all requirements of AWWA C 509.
(2) The valves shall be of the type of joint used in the piping.
(3) All valves shall open by turning to the left, and unless otherwise specified, shall have
non -rising stem when buried and outside screw and yoke when exposed, and be
furnished with a two (2) inch operating nut when valves are buried and shall be
furnished with hand wheels when exposed.
(4) Gate valves shall be furnished with O-ring stem packing.
(5) All gate valves shall be designed to withstand a working pressure of 200 psi unless
otherwise noted.
(6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications.
(7) All ductile iron shall conform to A536 Grade 6545-12. Castings shall be clean and
sound without defects that will impair their service. No plugging or welding of such
defects will be allowed.
(8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with
ASTM 307 and A563, respectively.
(9) All parts for valves furnished must be standard and completely interchangeable with
valves of the same brand. Successful bidder to furnish to the Owner, upon request, a
letter stating the type of valves to be installed and a letter from the manufacturer stating
that the parts are standard and interchangeable.
C. Valve Boxes and Extension Stems:
(1) Extension stems shall be furnished on buried valves where the top of the operating nut is
more than ninety (60) inches below finished grade. Top of the extension stem shall not
be more than thirty-six (36) inches below the top of the valve box.
(2) Buried valves shall be provided with cast iron valve boxes.
(3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe,
which will be used, as an extension from the top of the valve to within six (6) inches of
the ground surface.
(4) The box shall have a heavy cast iron cover marked "Water".
(5) The box shall have a flange type base, with the base being approximately four (4) inches
larger in diameter than the outside diameter of the barrel of the box.
(6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension
shall be considered as a part of the box.
(7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal.
FM 1730 (Slide Road) Water Line Extension 02665-6 December 2013
98`n St. to FM 1585
D. FIRE HYDRANTS
(1) Hydrants shall meet the City of Lubbock Design Standards and Specifications
(2) Hydrants shall meet AWWA C-502
(3) Hydrants shall have an iron body, bronze mounted throughout and be designed for
working pressure of 150 psi.
(4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch
hose nozzles, and one (1) 4-inch steamer nozzle.
(5) The hydrant shall be for a 6-inch main.
q 2.10 POLYETHYLENE WRAP
- A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a
polyethylene material meeting the requirements of ASTM D 1248.
B. The polyethylene material shall have a minimum thickness of eight (8) mils.
C. The wrap shall be secured by two (2) inch duct tape.
i._ 2.11 JOINT RESTRAINTS
A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal.
B. Must meet all pressure testing requirements of ASTM F-1674.
C. Materials must meet requirements of ASTM A-536.
D. Install per manufacturer's recommendations.
- 2.12 CONCRETE
A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete
specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum
compressive strength of 2,800 psi will be acceptable.
PART 3 EXECUTION
3.1 GENERAL
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for
leakage, and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of
the Work and any material found to be defective will be rejected by the Engineer, and the
Contractor shall remove such defective material from the site of the Work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished and shall replace, at the
Contractor's expense, all such material that is found to be defective in manufacture or has
become damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the
point of delivery, hauled to and distributed at the site of the Work by the Contractor.
FM 1730 (Slide Road) Water Line Extension 02665-7 December 2013
981h St. to FM 1585
�i
1_
B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a
manner as to avoid shock or damage to the materials. Under no circumstances shall they be
dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the
ground. F1
C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be
kept as free as possible from dirt, sand, mud, and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as
established on the ground by the Engineer.
B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment
and grade of the proposed water line.
C. Confirm compliance with the Drawings and Specifications.
D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, the degree of deflection at each joint shall not exceed the maximum deflection
noted on the Drawings.
3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade inspected, the
pipes and accessories may be placed in the trench.
B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of
derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent
damage to the material in any way. Under no circumstances shall pipe or accessories be
dropped or dumped into the trench.
3.7 CLEANING AND INSPECTING
A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe,
while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or
unsound pipe and materials shall be rejected.
B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells,
spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the
trench, and it shall be kept clean by approved means during and after laying.
C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by
approved means, and no trench water shall be allowed to enter the pipe.
3.8 LAYING AND JOINTING PVC PIPE
A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying;
and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up
grade.
B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in
the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe
shall be closed by approved means, and not trench water shall be permitted to enter the pipe.
D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for
such work, except by permission of the Engineer.
FM 1730 (Slide Road) Water Line Extension 02665-8 December 2013
98`h St. to FM 1585 [ I
E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell
and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire
brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made.
F. Defective joints shall be repaired as directed by the Engineer.
G. Mechanical Joint Piping:
(1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint
pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign
matter from the joint, and then painted with lubricant recommended by the pipe
manufacturer.
(2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip
extension of the gland toward the socket or bell end.
(3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer
and placed on the spigot end with the thick edge toward the gland.
(4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell.
(5) The gasket shall then be pressed into place within the bell; care shall be taken to locate
the gasket evenly around the entire joint.
(6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted,
and the nuts screwed up tightly with the fingers.
(7) All nuts shall be tightened with a suitable torque limiting wrench.
(8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal
pressure on all parts of the gland.
H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line
and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid.
I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be
placed around and over the pipe to hold the pipe to line and grade.
J. Pre -molded joints shall be made in accordance with the recommendations of the
manufacturer of the pipe.
K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped
with the solvent recommended by the pipe manufacturer.
L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a
block of wood to prevent damage to the pipe.
3.9 PLUGGING DEAD ENDS
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and
spigot ends shall be capped.
B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the
pipe.
C. All plugs and caps shall have horizontal thrust blocks.
3.10 FITTINGS
A. Fittings shall be set at the locations shown on the plans or at locations as established by the
Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe
installations. Concrete blocking shall be provided for all buried fittings.
3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS
A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and
jointed to the pipe in the manner heretofore specified for pipe installations.
FM 1730 (Slide Road) Water Line Extension 02665-9 December 2013
98`h St. to FM 1585
B. All valves shall be hub end as required and all valves buried in the ground shall have a cast
iron or precast concrete valve box set over the valve.
C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked
for operation prior to installation.
D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior
to installation.
E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if
necessary.
F. Valve Boxes:
(1) Valve boxes shall be firmly supported and maintained centered and plumb over the
wrench nut of the valve, with the box cover flush with the surface of the ground or at
such a level as directed by the Engineer.
(2) All valve boxes under pavement shall be adjusted to finished pavement grades.
G. Fire Hydrants:
(1) Fire hydrants shall be located at the points shown on the Drawings.
(2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the
steamer nozzle at right angles to the street.
(3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant
lead or branch.
(4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the
trench with concrete blocking.
(5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so
that the joints of the flanges are accessible.
(6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the
Drawings.
(7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for
operation prior to installation. Drain holes shall not be blocked or sealed.
(8) Fire hydrants shall be installed and maintained so that the center of the lowest water
outlet shall be eighteen (18) inches from the ground.
(9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access
way.
3.12 THRUST RESTRAINT
A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with
suitably restrained joints per the manufacturer's recommendation.
B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical
joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust
blocking. Thrust blocking will be allowed only under special circumstances as approved by
the Engineer.
3.13 EXCAVATION, TRENCHING AND BACKFILLING.
A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. LJ
B. Backfill around pipe with specified granular bedding material that is free of large rocks,
topsoil, debris or other unacceptable material.
C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and
mechanically compacted or hand tamped to a point 12 inches above the top of the pipe.
FM 1730 (Slide Road) Water Line Extension 02665-10 December 2013
981h St. to FM 1585
_J
D. Backfill from 12 inches above the pipe to the finished grade will be as follows:
(1) For unpaved areas:
(a) Use excavated material that is free of large rocks, debris or other material determined
unsuitable by the Owner's Representative. Backfill shall be placed in maximum six
(6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum
moisture content.
(b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(c) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder's expense.
(d) Copies of these tests shall be provided to the Owners Representative.
(2) For paved areas:
(a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under
the bottom of the pavement in a minimum thickness of 12".
(b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in
maximum 6 inch lifts and compacted to 95% Standard Proctor Density.
(c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(d) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder's expense.
(e) Copies of these tests shall be provided to the Owners Representative.
(3) The City of Lubbock will perform random spot testing at no expense to the contractor.
3.14 LINE TESTING
A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as
specified herein. The Contractor shall bear all costs of providing all equipment, materials,
labor, and other incidentals required to test pipe lines as specified herein.
B. The Contractor shall provide suitable means for filling the lines and developing the required
pressure in the lines.
C. Testing procedure shall be as follows:
(1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours.
(2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test
section is at least 100 percent, but not greater than 120 percent of the pressure class of
the pipe, and the minimum pressure at the highest point in the test section is not less
than 85 percent of the pressure class of the pipe.
D. Allowable Leakage —The maximum allowable leakage for push -on joints is the number of
gallons per hour as determined by the following formula(s):
4 E. PVC: Ductile Iron:
(1) L = ND(P) '/2 L = SD(P)
(2) 7,400 133,200
g (3) where:
i (a) L = allowable leakage in gallons per hour
(b) N = number of joints in length of pipe tested
(c) S = length of pipe
(d) D = nominal diameter of the pipe in inches
(e) P = average of the maximum and minimum pressures within the test section
in psi
FM 1730 (Slide Road) Water Line Extension 02665-11 December 2013
98`h St. to FM 1585
F. Any leakage which becomes evident prior to final acceptance of the project shall be found �j
and repaired to the satisfaction of the Engineer even though the particular line has been
previously accepted and tested. {
3.15 DISINFECTION OF PIPELINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection
of all pipe lines, which shall be disinfected before being placed in service.
B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the
requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe
during construction.
C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the
Engineer or Owner's Representative may witness the disinfection activities.
D. Quality Assurance:
(1) Bacteriological sampling and test will be performed in accordance with the latest
requirements of Standard Methods for the Examination of Water and Wastewater.
(2) The City of Lubbock laboratory will be used for bacteriological testing.
E. Chemicals:
(1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not
acceptable.
(2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of
sodium bisulfate, sodium sulfite, and sodium thiosulfate.
(3) The water being used to fill the line shall be controlled to flow into the section to be
sterilized very slowly, and the rate of application of the chlorinating agent shall be
proportioned at least fifty (50) parts per million in the water entering the pipe.
F. Temporary Facilities:
(1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch
diameter steel pipe and fittings with isolation valves and sampling taps.
(2) Water used for the initial flushing as well as the final chlorination shall be introduced into
the pipeline through a corporation stop or other approved connection inserted in the
horizontal axis of the newly laid pipe.
(3) No connection to the existing distribution system is allowed until the pipeline has passed
all bacteriological testing.
G. Final Flushing:
(1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of
initial chlorination.
(2) Flush water in a location and manner approved by the Engineer.
(3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L.
H. Sampling and Analysis:
(1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample
from each end of the pipeline in the presence of the Engineer or Owner's representative.
(2) The Owner's representative or the Engineer shall deliver the samples to the City of
Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for
analysis.
(3) Collect samples after the initial disinfection and after the facilities have been filled with
chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected.
I. Acceptance:
FM 1730 (Slide Road) Water Line Extension 02665-12 December 2013
98`h St. to FM 1585 l
�.1
r
(1) Facilities will be considered properly disinfected when two (2) consecutive sets of
acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have
indicated the absence of coliform organisms.
J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps.
The pipeline may then be connected to the City of Lubbock water distribution system.
3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING
A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein.
B. Equipment used shall be such size and capacity as to allow the placement of the casing to
proceed in a safe and expeditious manner. Installation of the casing and the excavation and
removal of the materials within the casing shall proceed simultaneously.
C. The boring shall proceed from a pit provided for the boring equipment and workers.
D. Excavation and location of the pit shall be approved by the Engineer and County as
appropriate.
E. Boring without the concurrent installation of the casing pipe will not be permitted.
F. The use of water or other fluids in connection with the boring operation will be permitted
only to the extent of lubricating cuttings.
G. Jetting will not be permitted.
H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the
entire length of the installation.
I. All casing pipe joints shall be welded.
J. Care shall be taken to keep the pipe sleeve on the proper line and grade.
K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe
shall be shoved through the casing.
L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the
pipe and not on the bell, and shall be done in such a manner that the joint is always in
compression during the shoving operation.
3.17 PIPE IDENTIFIERS
A. Marking Tape:
(1) All pipes installed in an open trench will be identified with the appropriate color and
description of three (3) inch wide pipe identification tape.
(2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12)
to eighteen (18) inches.
(3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector
from the top of finished grade.
(4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe
than twelve (12) inches.
B. Locator Wire:
(1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper
with 30 mil HDPE thermoplastic insulation directly above piping.
3.18 CLEANUP
A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and
any excess dirt shall be removed from the site.
FM 1730 (Slide Road) Water Line Extension 02665-13 December 2013
981h St. to FM 1585
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final j
completion and acceptance of the Work.
C. The maintenance shall include blading from time to time as necessary, filling depressions ?
caused by settlement, and other work required to keep areas in a presentable condition.
END OF SECTION
9
FM 1730 (Slide Road) Water Line Extension 02665-14 December 2013
98`h St. to FM 1585 k
SECTION 03300
CAST -IN -PLACE CONCRETE
PART1 GENERAL
1.1 SUMMARY
A. This Section includes, but is not limited to cast -in -place concrete, including formwork,
reinforcing, mix design, placement procedures, curing, and finishes.
B. Section Includes:
(1) Definitions
(2) Submittals
(3) Quality Assurance
(4) Deliver, Storage and Handling
(5) Form -Facing Materials
(6) Steel Reinforcement
(7) Reinforcement Accessories
(8) Concrete Materials
(9) Admixtures
(10) Curing Materials
(11) Repair Materials
(12) Concrete Mixes
(13) Fabricating Reinforcement
(14) Concrete Mixing
(15) Formwork
(16) Embedded Items
(17) Removing and Reusing Forms
(18) Shores and Reshores
(19) Steel Reinforcement
(20) Joints
(21) Concrete Placement
(22) Miscellaneous Concrete Items
(23) Concrete Protecting and Curing
(24) Field Quality Control
1.2 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or more of
blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag,
and silica fume.
1.3 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
FM 1730 (Slide Road) Water Line Extension 03300-1 December 2013
98`h St. to FM 1585
1_ ,
r�
B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of
materials, project conditions, weather, test results, or other circumstances warrant
adjustments.
C. Indicate amounts of mix water withheld for later addition at Project site. Water added at
project site will not be permissible without paperwork showing how much water has been
withheld.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete work similar
in material, design, and extent to that indicated for this Project and whose work has resulted
in construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94 requirements for production facilities and equipment.
C. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, each aggregate from one source, and each admixture
from the same manufacturer.
E. ACI Publications: Comply with the following, unless more stringent provisions are
indicated:
(1) ACI 301 — Specification for Structural Concrete
(2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials.
1.5 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
B. Avoid damaging coatings on steel reinforcement.
PART 2 PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true,
and smooth concrete surfaces. Furnish in largest practicable size to minimize number of
joints.
B. Plywood, metal, or other approved panel material.
C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved
material. Provide lumber dressed on at least two edges and one side for tight fit.
D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\
E. Form -Release Agent: Commercially formulated form -release agent that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces.
F. Formulate form -release agent with rust inhibitor for steel form -facing materials.
G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic
form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling
of concrete on removal.
H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the
exposed concrete surface.
FM 1730 (Slide Road) Water Line Extension 03300-2 December 2013
981h St. to FM 1585 ((-_
I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in
concrete surface.
J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or
waterproofing.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded wire fabric in place.
B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire,
plastic, and as follows:
(1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use
CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports.
(2) For slabs -on -grade, use supports with sand plates or horizontal runners where base
material will not support chair legs.
(3) Wood, concrete, or clay blocks are not permissible.
C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with
ends square and free of burrs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
B. Fly Ash: ASTM C 618, Class C.
C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
D. Class: Moderate weathering region, but not less than 3M.
E. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-
soluble chloride ions by mass of cementitious material and to be compatible with other
admixtures and cementitious materials. Do not use admixtures containing calcium chloride.
B. Air -Entraining Admixture: ASTM C 260.
C. Water -Reducing Admixture: ASTM C 494, Type A.
D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B.
B. Curing blankets approved by the Engineer.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be
applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent
q elevations.
FM 1730 (Slide Road) Water Line Extension 03300-3 December 2013
98`h St. to FM 1585
B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as
defined in ASTM C 219.
C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and
application.
D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by
underlayment manufacturer.
E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C
109.
2.8 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either laboratory
trial mix or field data bases, as follows:
(1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301.
(2) Standard design mix to be used unless noted otherwise, provide normal weight concrete
with the following properties:
(3) Compressive Strength (28 days): 3000 psi
(4) Type I cement
(5) Fly Ash: Allow up to 25% of cementitious material
(6) Minimum Slump: 4 inches
(7) Maximum Slump: 6 inches
(8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8
inches after admixture is added to concrete with 2 to 4 inch slump.
(9) Maximum Water/Cementitious Materials Ratio: 0.55
(10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at
point of placement having an air content of five (5) to seven (7) percent, unless
otherwise indicated.
B. Cementitious Materials:
(1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials
other than Portland cement according to ACI 301 requirements.
(2) Limit percentage, by weight, of cementitious materials other than Portland cement in
concrete as follows:
(a) Fly Ash: 20 percent
(b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do
not allow entrapped air content to exceed 3 percent.
(c) Admixtures with chloride ions are prohibited.
C. Admixtures:
(1) Use admixtures according to manufacturer's written instructions.
(2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer)
in concrete, as required, for placement and workability.
(3) Use water -reducing and retarding admixture when required by high temperatures, low
humidity, or other adverse placement conditions.
(4) Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial
slabs and parking structure slabs, concrete required to be watertight, and concrete with a
water/cementitious materials ratio below 0.50.
FM 1730 (Slide Road) Water Line Extension 03300-4 December 2013
98`h St. to FM 1585
2.9 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice.
2.10 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94,
and as specified.
B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce
mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air
temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60)
minutes.
PART 3 EXECUTION
3.1 FORMWORK
A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support
vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until
concrete structure can support such loads.
B. Construct formwork so concrete members and structures are of size, shape, alignment,
elevation, and position indicated, within tolerance limits of ACI 117.
C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as
follows:
(1) Class B, 1/4 inch
(2) Construct forms tight enough to prevent loss of concrete mortar.
(3) Fabricate forms for easy removal without hammering or prying against concrete surfaces.
(4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces.
(5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf
wood inserts form forming keyways, reglets, recesses, and the like, for easy removal.
(6) Do not use rust -stained steel form -facing material.
(7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required
elevations and slopes in finished concrete surfaces.
(8) Provide and secure units to support screed strips, use strike -off templates, or compacting
type screeds.
(9) Provide temporary openings for cleanouts and inspection ports where interior area of
formwork is inaccessible. Close openings with panels tightly fitted to forms and
securely braced to prevent loss of concrete mortar. Locate temporary openings in forms
at inconspicuous locations.
(10) Chamfer exterior corners and edges of permanently exposed concrete.
(11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and
bulkheads required in the Work. Determine sizes and locations from trades providing
such items.
(12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust,
dirt, and other debris just before placing concrete.
(13) Retighten forms and bracing before placing concrete, as required, to prevent mortar
leaks and maintain proper alignment.
(14) Coat contact surfaces of forms with form -release agent, according to manufacturer's
written instructions, before placing reinforcement.
FM 1730 (Slide Road) Water Line Extension 03300-5 December 2013
98`h St. to FM 1585
3.2 EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining work
that is attached to or supported by cast -in -place concrete.
B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items
to be embedded.
C. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not
support weight of concrete may be removed after cumulatively curing at not less than 50
degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not
be damaged by form -removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports
weight of concrete in place until concrete has achieved the following:
(1) At least 70 percent of 28-day design compressive strength.
C. Determine compressive strength of in -place concrete by testing representative field or
laboratory cured test specimens according to ACI 301.
D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply
new form -release agent.
E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints.
Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete
surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation,
and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and
provide adequate reshoring to support construction without excessive stress or deflection.
3.5 STEEL REINFORCEMENT
A. Comply with CRSI's Manual of Standard Practice for placing reinforcement.
B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before
placing concrete.
C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
D. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not tack
weld crossing reinforcing bars.
E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed
to drive over reinforcement.
3.6 JOINTS
A. Construction joints true to line with faces perpendicular to surface plane of concrete.
B. Install so strength and appearance of concrete are not impaired, at locations indicated or as j
approved by Architect.
r
j
FM 1730 (Slide Road) Water Line Extension 03300-6 December 2013
981h St. to FM 1585 f ,
t
I
r
C. Place joints perpendicular to main reinforcement. Continue reinforcement across
construction joints, unless otherwise indicated. Do not continue reinforcement through sides
of strip placements of floors and slabs.
D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with
keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete.
E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in
girders a minimum distance of twice the beam width from a beam -girder intersection.
F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders
and at the top of footings or floor slabs.
G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near
corners, and in concealed locations where possible.
H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially
hardened concrete surfaces.
I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning
concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-
fourth of concrete thickness, as follows:
(1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof
abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when
cutting action will not tear, abrade, or otherwise damage surface and before concrete
develops random contraction cracks.
(2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at
the tangent point on each return at intersections and at the end of each day's concrete
pour.
(a) A construction or contraction joint shall be located at intervals corresponding to the
joint interval of the adjacent concrete pavement or as directed by the Owner's
Representative.
(b) Joints in the new concrete pavement shall extend through the new curb and gutter
unless otherwise directed by the Owner's Representative.
(c) All joints shall be perpendicular to the surface of the concrete and to the axis of the
section.
(d) The contraction joints shall be made by cutting into the curb and gutter sections with
a trowel a depth of 22 inches; these joints shall be finished as specified under
finishing.
(e) Expansion joint material shall be an approved preformed bituminous impregnated
non -extruding type jointing material, meeting the requirements of AASHTO M 213.
The joint material shall be 1/2 inch thick, and shaped to the section of the curb and
gutter or other work.
(3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet.
Expansion joints shall be placed between existing and new setting of concrete.
(4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at
joints where indicated.
(a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent
concrete bonding to one side of joint.
3.7 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded
items is complete and that required inspections have been performed.
.
FM 1730 (Slide Road) Water Line Extension 03300-7 December 2013
98`h St. to FM 1585
B. Do not add water to concrete during delivery, at Project site, or during placement, unless 5;
approved by the Engineer.
C. Before placing concrete, water may be added at Project site, subject to limitations of ACI
301. [-1
D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix.
E. Water may not be added beyond the limit of water withheld from the plant.
F. Deposit concrete continuously or in layers of such thickness that no new concrete will be
placed on concrete that has hardened enough to cause seams or planes of weakness.
G. If a section cannot be placed continuously, provide construction joints as specified.
H. Deposit concrete to avoid segregation.
I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to
avoid inclined construction joints. Place each layer while preceding layer is still plastic, to
avoid cold joints.
J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and
procedures for consolidating concrete recommended by ACI 309R.
(1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator.
(2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer.
(3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity.
(4) At each insertion, limit duration of vibration to time necessary to consolidate concrete
and complete embedment of reinforcement and other embedded items without causing
mix constituents to segregate.
K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits
of construction joints, until placement of a panel or section is complete.
L. Consolidate concrete during placement operations so concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
M. Maintain reinforcement in position on chairs during concrete placement.
N. Screed slab surfaces with a straightedge and strike off to correct elevations.
O. Slope surfaces uniformly to drains where required.
P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface
plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface.
Do not further disturb slab surfaces before starting finishing operations.
Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work
from physical damage or reduced strength that could be caused by frost, freezing actions, or
low temperatures.
(1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit,
uniformly heat water and aggregates before mixing to obtain a concrete mix
temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees
Fahrenheit at point of placement.
(2) Do not use frozen materials or materials containing ice or snow. Do not place concrete
on frozen subgrade or on subgrade containing frozen materials.
(3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators, unless otherwise specified and approved in mix designs.
FM 1730 (Slide Road) Water Line Extension 03300-8 December 2013
98`h St. to FM 1585
R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as
follows, when hot weather conditions exist:
S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees
Fahrenheit at time of placement.
T. Chilled mixing water or chopped ice may be used to control temperature, provided water
equivalent of ice is calculated to total amount of mixing water.
U. Using liquid nitrogen to cool concrete is Contractor's option.
V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed
ambient air temperature immediately before embedding in concrete.
W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep
subgrade moisture uniform without standing water, soft spots, or dry areas.
3.8 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated,
after work of other trades is in place.
B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other
miscellaneous concrete filling indicated or required to complete Work.
3.9 CONCRETE PROTECTION AND CURING
A. Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold -weather protection and with
recommendations in ACI 305R for hot -weather protection during curing.
B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces.
(1) Leave forms in place for a minim of 3 days.
(2) Upon removal of forms, apply approved curing compound.
C. Unformed Surfaces: Begin curing immediately after finishing concrete.
(1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other
surfaces, by the following method:
D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin
immediately after final finishing of slab surface and shall consist of continuous misting by
sprinkler or wet burlap.
(1) No work will be permitted on the slab during wet curing.
E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing
compound.
F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place
plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in
place for 3 days.
G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to
hardened concrete by power spry or roller according to manufacturer's written instructions.
3.10 FIELD QUALITY CONTROL
A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be
permitted by the Engineer.
END OF SECTION
FM 1730 (Slide Road) Water Line Extension 03300-9 December 2013
98`h St. to FM 1585
a
r
A
PAGE INTENTIONALLY LEFT BLANK