HomeMy WebLinkAboutResolution - 2024-R0138 - PW Contract 17870, Utility Contractors Of America, Water Line Change Out Phase 6 - 04/23/2024Resolution No. 2024-R0138
Item No. 5.28
March 26, 2024
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Public Works Contract No. 17870 for Water Line
Change Out Phase 6 as per RFP 24-17870-TF, by and between the City of Lubbock and Utility
Contractors of America, Inc. of Lubbock, Texas, 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 March 26, 2024
AT EST:
rL & -
Co ney Paz, City SeerJtar
APPROVED AS TO CONTENT:
Erik Rejino, Assistant City Manager
APPROVED AS TO FORML :
elli Leisure, Senior Assistant City Attorney
cedoes/RES.Public Works Contract 17870 Water Line Ch..r, c ( .: Phase 6
02.23.24
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE:— MZZ211!
PROJECT NUMBER: RFP 24-17870-TF, Water Line Change Out Phase 6
Proposal of
To the Honorable Mayor
Ladies and Gentlemen:
of 5 v+ /Aef i t,y (hereinafter called Offeror)
City Council City of Lubbock, Texas (hereinafter called Owner)
The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having
carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated. The price to
cover all expenses incurred in performing the work required under the contract documents.
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: .y� (to Final Completion)
(not to exceed 335 consecutive calendar days to Substantial Completion / 365 consecutive calendar days
to Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 335 Consecutive Calendar Days
with final completion within 365 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500
for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500 for
each consecutive calendar day after final completion set forth herein above for completion of this project, all
as more fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal,
and he further agrees to commence work on the date specified in the written notice to proceed, and to
substantially complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
City of Lubbock, TX
Public Works
RFP 24-17870-TF
Water Line Change Out Phase 6
Utility Contractors of America, Inc. of Lubbock, TX
#
QTY
+1- U/M
Unit
Price
Extended
Cost
General
#1-1
Mobilization - Contractor mobilization including move -in and move -out cost from
I LS
98,500.00
98,500.00
each site location.
#1 2
Provide and maintain a Traffic Control Plan - Preparation, approval from COL Traffic
1 LS
3,000.00
3,000.00
Engineering to all sites, and all other work considered incidental to this item.
#1-3
Provide and maintain a SWPPP - Including preparation, NOI, NOT, and all other work
I LS
2,500.00
2,500.00
considered incidental to this item.
#14
Trench Safety
9693 LF
2.00
19,386.00
Water
Improvements
Furnish ane.::,,tAl 6" C-`;CC DR-18 approved water pipe in open cut ;rc:.ch lc �!Ilcy
#2-1
ROW, back".fled to 95`' , Loirpaction. and tested as herein specified, includr'.p all.
9693 LF
66.00
639,738.00
equipment.:;)ols, fittings, an;'. labor to perform work.
#2-2
Furnish a;-.d `.nstall 6" gate %,.lve and box as herein specified, including all equipment,
19 EA
2,750.00
52,250,00
too:,. and 1<:bo: to i= : fern. ;pork.
#2-3
Furr..,l. a: � it s:aI 8" gate valve and box as herein specified, including all equipment,
1 EA
4,475.00
4,475.00
tools, and toperform woi ::.
#2 4
Furnish and install 6" insert -a -valve as herein specified, including all equipment, tools,
1 EA
12,000.00
12,000.00
and labor to perform work.
42 5
Furnish and install 6"x4" Tapping, Sleeve and valve as herein specified, including all
1 EA
4,500.00
4,500.00
equipment, tools, and la'oku to pc-filnn %pork.
#2-6
Furnish and install 8"x6" TappwF alcc\ c and valve as herein specified, including all
7 EA
4,600.00
32,200.00
equipment, tools, and labor to perform work.
#2-7
Cut, plug, and abandon ?' water line, as herein specified, including all
10 EA
1,600.00
16,000AO
equipm,rl., tools, and labor to perform work.
#2 8
Cut. } :.: , and abandon existing 4" water line, as herein specified, including all
1 EA
1,700.00
1,700.00
egn:p:ii.,:it, tools, and labor to perform work.
Fun1i`i, ;All: irst:.11 Fire Hydrant and reconnect, as herein specified, including all
#2-9
egr.:p:ncn;, touls, and labor to perform work. Remove and salvage existing Fire
4 EA
5,600.00
22,400.00
Hycl rant.
#2-10
Tie in to existing water line, complete and in place per Specifications.
3 EA
3,900.00
11,700.00
#2-11
Furnish and reconnect 3/4" - 2" service lines as herein specified, including all
295 EA
2,600.00
767,000.00
equipment, tools, and labor to perform work.
ff2-12
Flowable backfill as approved, complete and in place per Specifications.
1452 CY
165.00
239,580.00
Paving Repair
Saw cut and remove cx;ztir7 asi,!lalt paving, including all material, equipment and
#3-1
labor to perform removal, di>posal and all other work considered incidental to this
140 SY
65.00
9,100.00
item.
Repair asphalt paving, i,tcl.iding ai. n:a:�rial, equipment and labor to perform sub
#3-2
grade compaction and tc,ting. HMAC installation per COL Specifications and all other
140 SY
110.00
15,400.00
work considered incidental to this it.,m.
Saw cut and remove existing concrc'c ally, sidewalk, curb and gutter, including all
#3-3
material, equipment and lahw to perform removal, disposal and all other work
128 SY
38.00
4,864.00
considered incic.:n:rl w, t:1i; item.
Repair concrete ally, sidewalk, curb and gutter, including all material, equipment and
#3-4
labor to perform sub grade compaction and testing. Installation per COL Specifications
138 SY
95.00
13,110.00
and all other work considered incidental to this item.
Total (Items 1-1 through
14): $
123,386.00
Total (Items 2-1 through 2-11): $
1,803,543.00
Total (Items 3-1 through
34): $
42,474.00
Total (Items 1-1 through
34): $
1,969,403.00
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is Cashier's Check or Certified Check for
J Dollars (S Nl) or a Proposal Bond in the sum
of e-,r;,e cl-- Dollars (S r S �?v ), which it is agreed shall be
collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within
ten (10) business days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with
the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that
has been opened may not be changed for the
purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS
TO THE PROPOSAL PRICE MUST BE MADE
ON THE PROPOSAL SUBMITTAL FORM
PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
.1
Secre ry
Offeror acknowledges receipt of the following addenda:
Addenda No. j
Date ,Z ..?
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: ,7/�7
Authorized Signature
I/.h2a tr4 5-+ -ey,u.
(Printed or Typed
Name) J
J lf�{'t f /, /- d ri-
Company
r695 G 1"L 77r1�
Addres 1 //
City, County
State Zip Code.
Telephone: Q - ,7(,117
Fax: N,- �.r> 5 — 01
Email:
FEDERAL TAX ID or SOCIAL SECURITY
No.
NVWBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (S eci )
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
2024-1128158
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Utility Contractors of America, Inc.
Lubbock, TX United States
Date Filed:
02/26/2024
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
RFP 24-17870-TF
Water Line Change out Phase 6
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Ziegner, Jonathan
Lubbock, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
�or/I�.t"G -�� My name is lug �� ti' � ,and my date of birth is
�! My address is av _
(street) (city)
(state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in ��cJ�JIG�u(/ County, State of �C�5 on
�/
the ! � day of ��f'plJu (20�
(month) (year)
G
Sig ature of authoriz d agent
f contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx_us
Version V3.5.1.9000c47f
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1of1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
12024-1128158
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Utility Contractors of America, Inc.
Lubbock, TX United States
Date Filed:
02/26/2024
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
02/26/2024
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
RFP 24-17870-TF
Water Line Change Out Phase 6
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Ziegner, Jonathan
Lubbock, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is and my date of birth is
r%ly address is
(street) (city) (state) (zip code) (country)
I ( ;;la e cf nerthe foregoing is true and correct.
,f=r.(,ted in County, State of on the day of 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.b.1.9000c4/1-
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: March 26, 2024
CITY OF LUBBOCK
SPECIFICATIONS FOR
Water Line Change Out Phase 6
RFP 24-17870-TF
CONTRACT: 17870
PROJECT NUMBER: 92749.9241.30000
Plans & Specifications may be obtained from
https://ci-lubbock-tx.bonfirehub.com/
City of
Lubbock
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
Addenda
Page Intentionally Left Blank
*kAlri-
'`b�oek Lub
ADDENDUM I
BidTable Modification
RFP 24-17870-TF
Water Line Change Out Phase 6
DATE ISSUED: February 2, 2024
CLOSING DATE: February 14, 2024, 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.
BidTable Modification
The bidtable has been modified as of issuance of this addendum. Please submit the new
bidtable with your proposal.
All requests for additional information or clarification must be submitted in writing and directed to:
Teofilo Flores
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be emailed to TKF I ores 2mylubbock.us
Questions are preferred to be posted on https://ci-lubbock-tx.bonfirehub.com/
THANK YOU,
?eeX#P4ft"
CITY OF LUBBOCK
Teofilo Flores
Assistant Director
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to
advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently
restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by
the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
Page Intentionally Left Blank
1.
2.
3.
4.
5
6.
7.
8.
9.
10
11
12
13
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. PROPOSAL SUBMITTAL FORM
4-2. SUBMITTAL OF DOCUMENTS
4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Pate Intentionally Left Blank
City of
vLubbock
RFP 24-17870-TF
Water Line Change Out Phase 6
1. NOTICE TO OFFERORS
1.1. Offerors may submit proposals electronically by uploading required documents at the City of
Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in
submitting an offer for the specified services. If submitting electronically, do not submit paper
documents. If you choose to submit in hard copy, submit one original paper copy of your
submittal to the office of the Director of Purchasing and Contract Management:
Physical: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
13 14 Avenue K, 9th Floor
Lubbock, Texas 79401
Mailing: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME
1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management,
Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as
shown below at 2:00 PM on February 14, 2024, or as changed by the issuance of formal
addenda to all planholders, to furnish all labor and materials and perform all work for the
construction of the above referenced.
1.3. After the expiration of the time and date above first written, said sealed proposals will be opened
in the office of the Director of Purchasing and Contract Management and publicly read aloud.
Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the
office listed above. The Zoom meeting information is as follows:
Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9
Meeting ID: 975 917 1012
Passcode: 1314
1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the
Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of
the date above first written. Any proposal received after the date and hour specified will be rejected
and returned unopened to the offeror.
1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all.
If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service
that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of
proposals, including those relegated to a courier agent who fails to deliver in accordance with the
time and receiving point specified.
1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by
United States Mail, by United Parcel Service, or by private
courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS.
1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made
before RFP closing must be initialed by offeror guaranteeing authenticity.
1.8. Proposals are due at 2:00 PM on February 14, 2024, and should be addressed to Marta Alvarez,
Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314
Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider
the proposals on March 5, 2024, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and
waive any formalities. The successful offeror will be required to furnish a performance bond in
accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price
in the event that said contract price exceeds $100,000 and the successful offeror will be required to
furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100%
of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds
shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE
CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVED.
1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF
THE CONTRACT BY THE LUBBOCK CITY COUNCIL.
1.10. Please allow time to upload required documentation. 24hrs in advance is recommended.
1.11. Offerors are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond
from a reliable surety company, payable without recourse to the order of the City of Lubbock in an
amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror
will enter into a contract and execute all necessary bonds within ten (10) business days after notice
of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE
PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A
NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE
PROPOSAL SUBMITTAL.
1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock
Purchasing and Contract Management office. Plans and specifications can be viewed online and
downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file
size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
1.13. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror
regarding all local conditions under which the work is to be done. It shall be understood and agreed
that all such factors have been thoroughly investigated and considered in the preparation of the
proposal submitted.
2. PRE -PROPOSAL MEETING
2.10. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -
mandatory pre -proposal conference will be held at 10:00AM, February 6, 2024, via
teleconference. The Zoom meeting information is as follows:
Website: hgps://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dz09
Meeting ID: 975 917 1012
Passcode: 1314
2.11. All persons attending the meeting will be asked to identify themselves and the prospective offeror
they represent.
2.12. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -proposal
meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is
particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing and Contract Management Office of the
City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors
attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and
the requirements contained therein concerning the above wage scale and payment by the contractor
of the prevailing rates of wages as heretofore established by owner in said wage scale.
3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color,
sex, disability, or national origin in consideration for an award.
4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal
meetings and proposal openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post
Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
Pate Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS
1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It
shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any
language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the
requirements stated in this RFP to a single source. Such notification must be submitted in writing and
must be received by the City Purchasing and Contract Management Office no later than five (5) calendar
days before the proposal closing date. A review of such notifications will be made.
1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR
PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5)
CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Asst. Director
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9,
Lubbock, Texas, 79401
Fax: 806-775-2164
Email: TKFlores2mylubbock.us
Website: https://ci-lbbock-tx.bonfirehub.com/portal/
2. TIME AND ORDER FOR COMPLETION
2.1 The construction covered by the contract documents shall be substantially completed within 335
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful offeror.
2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure
daily prosecution of the work is conducted every business day until the work is completed, regardless if
the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless
the City determines time off from said prosecution is necessary or reasonable and Contractor received
said determination in writing from the City. Additionally, inclement weather shall be the only other
reason consistent, daily prosecution of the work may not take place on those inclement weather days.
GUARANTEES
3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within One year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination,
as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations
will be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
3.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes
or any document incorporated in this Contract by reference.
4. BASIS OF PROPOSALS AND SELECTION CRITERIA
4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and
10 points for Construction Time. The selection criteria used to evaluate each proposal includes the
following:
4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal
or, conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value of the price factor for the price score. For Example: (Lowest Price/Current
Proposal Price) x Maximum Point Value = Price Score.
4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's
qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past
experience with the contractor and the "Safety Record Questionnaire. The City may also
interview the job superintendent at a time to be named after receipt of proposals.
4.1.3 Each evaluator assigns points based upon the responses the contractor provides in the
"Contractor's Statement of Qualifications", any past experience with the contractor, and on safety
record information submitted. The City may consider any incidence involving worker safety or
safety of Lubbock residents, be it related or caused by environmental, mechanical, operational,
supervision or any other cause or factor under the contractor's control. Evaluators base their rating
primarily upon how well you document previous offenses with the date of the offense, location
where the offense occurred, type of offense, final disposition of the offense, and any penalty
assessed
4.1.4 The "Contractor's Statement of Qualifications" is a minimum.
4.1.4.1 You may provide additional pertinent information relevant to the project for which you
are submitting this proposal in an appendix.
4.1.5 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and
evaluators use the following formula when determining construction time as a factor for
construction contract proposals. The lowest construction time proposal of all the proposals
becomes the standard by which all the construction time proposals are evaluated. One at a time,
each proposal is evaluated by taking the lowest construction time and dividing it by the
construction time of the proposal being evaluated. That fraction is then multiplied by the
maximum point value of the construction time factor for the construction time score. For example:
(Lowest construction time/Current Proposal construction time) x Maximum Point Value =
Construction Time Score)
4.1.6 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
Committee meets, to discuss the individual scores of each evaluator. If the individual scores are
similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are
significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons
for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the
proposals. Scores may then be adjusted by the committee based on committee discussion.
4.1.7 Please note that offerors with higher qualifications scores could be ranked higher than offerors
with slightly better price scores.
4.2 The estimated budget for the construction phase of this project is $2,100,000.00.
4.3 Proposals shall be made using the forms provided.
GENERAL INSTRUCTIONS TO OFFERORS
(Continued)
5. ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over
the Internet at hiips://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for
any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES
WITHOUT INTERNET ACCESS may use computers available at most public libraries.
5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Director of Purchasing and Contract Management. At the
request of the offeror, or in the event the Director of Purchasing and Contract Management deems the
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract
Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/
and will become part of the proposal package having the same binding effect as provisions of the original
RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to
have a request for interpretation considered, the request must be submitted in writing and must be
received by the City of Lubbock Purchasing and Contract Management Office no later than five (5)
calendar days before the proposal closing date.
5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any explanation or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP
should be used in preparing proposal responses. All contacts that an offeror may have had before or after
receipt of this RFP with any individuals, employees, or representatives of the City and any information
that may have been read in any news media or seen or heard in any communication facility regarding this
proposal should be disregarded in preparing responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors
6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all
requirements before submitting a proposal to ensure that their proposal meets the intent of these
specifications.
6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the requirements of
this Request for Proposals. Failure to make such investigations and examinations shall not relieve the
offeror from obligation to comply, in every detail, with all provisions and requirements of the Request
for Proposals.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Director of Purchasing and Contract Management and a clarification obtained
before the proposals are received, and if no such notice is received by the Director of Purchasing
and Contract Management prior to the opening of proposals, then it shall be deemed that the
offeror fully understands the work to be included and has provided sufficient sums in its proposal
to complete the work in accordance with these plans and specifications. If offeror does not notify
the Director of Purchasing and Contract Management before offering of any discrepancies or
omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient
and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of proposals.
7. PROPOSAL PREPARATION COSTS
7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a proposal.
7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror.
8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and
keeps the proposals secret during negotiations. All proposals are open for public inspection after the
contract is awarded, but trade secrets and confidential information in the proposals are not open for
inspection. Tex. Loc. Govt. Code 252.049(a)
8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas
Public Information Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using
the link provided below.
hLtps://Iubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs),�pportHome.aspgovga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs),�pportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
https://ci.lubbock.tx.us/pa�es/public-information-act
9. LICENSES. PERMITS. Taxes
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror
is or may be required to pay.
10. UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
11. CONFLICT OF INTEREST
11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this proposal.
11.3It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause
a conflict of interest with the City of Lubbock
11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor
or person considering doing business with a local government entity disclose in the Questionnaire, Form
CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest
with a local government entity. By law, the questionnaire must be filed with the records administrator
of the City of Lubbock not later than the Seventh business day after the date the person becomes aware
of the facts that require the statement to be filed. The questionnaire can be found at:
hLtps://www.ethics.state.tx.us/fonns/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000,
Lubbock, Texas, 79457
See Section 176.006, Local Government Code:
http://www.statutes.Iegis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
12. CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
13. CERTIFICATE OF INTERESTED PARTIES
13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government
Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics
Commission before entering into a contract with a local government entity when any of the following
apply:
1) Contract requires an action or vote by the City Council (governing body); OR
2) Contract value is $1 Million or greater; OR
3) Contract is for services that would require a person to register as a lobbyist under Chapter 305
of the Government Code.
This must be done before executing the contract. The disclosure form may be found at
https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an
account the first time you fill out the form. Tutorial videos on how to log in for the first time and how
to fill out the form can be found through the link above. After you electronically submit the
disclosure form, a screen will come up confirming the submission and assigning a certificate number.
Then, you must print the form, have an authorized agent complete the declaration and sign, and
provide it to the City (scanned email copy is acceptable).
13.2 A contract described by Subsection (b) of Government Code Section 2252.908 entered into by a
governmental entity or state agency is voidable for failure to provide the disclosure of interested parties
required by this section only if: (1) the governmental entity or state agency submits to the business
entity written notice of the business entity 's failure to provide the required disclosure; and (2) the
business entity fails to submit to the governmental entity or state agency the required disclosure on or
before the loth business day after the date the business entity receives the written notice under
Subdivision (1).
14. PLANS FOR USE BY OFFERORS
14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
15. PAYMENT
15.1 All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
16. AFFIDAVITS OF BILLS PAID
16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
17. MATERIALS AND WORKMANSHIP
17.1 The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
proj ect.
18. PLANS FOR THE CONTRACTOR
18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for
use during construction will only be furnished directly to the Contractor. The Contractor shall then
distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
19. PROTECTION OF THE WORK
19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of an offeror the following information:
(a) The experience record of the offeror showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the offeror.
(c) Equipment schedule.
20. TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor during
the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor
to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense.
22. BARRICADES AND SAFETY MEASURES
22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23. EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24. CONTRACTOR'S REPRESENTATIVE
24.1 The successful offeror shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful offeror shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25. INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
26. LABOR AND WORKING HOURS
26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem
wages included in these contract documents. The wage rate that must be paid on this project shall not be
less than specified in the schedule of general prevailing rates of per diem wages as above mentioned.
The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258,
Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the
offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in the contract documents does not release the Contractor from compliance with any wage law
that may be applicable. Construction work under this contract requiring an inspector will not be
performed on Sundays or holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
Sundays or holidays will be made by the Owner's Representative.
26.3In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents
of the City. The Contractor must classify employees according to one of the classifications set forth in
the schedule of general prevailing rate of per diem wages, which schedule is included in the contract
documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract
is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular
classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
28. PROVISIONS CONCERNING ESCALATION CLAUSES
28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the offeror without being considered.
29. PREPARATION FOR PROPOSAL
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form
shall be correctly filled in, stating the price in numerals for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and
legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a
bid item, the unit price will be taken. A bid that has been opened may not be chanted for the
purpose of correcting an error in the bid price.
29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each
member must be given and the proposal signed by a member of the firm, association or partnership, or
person duly authorized. If the proposal is submitted by a company or corporation, the company or
corporate name and business address must be given, and the proposal signed by an official or duly
authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been
opened may not be chanted for the purpose of correcting an error in the proposal price.
THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE
PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the
proposals, but no proposal may be withdrawn or altered thereafter.
30. BOUND COPY OF CONTRACT DOCUMENTS
30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the
following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Offeror's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to offeror for his inspection in accordance with
the Notice to Offerors.
30.2If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
31. QUALIFICATIONS OF OFFERORS
31.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the
City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service
specified therein in a satisfactory manner. The offeror may also be required to give a past history and
references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the offeror
to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose
that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of
Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete
the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the offeror to perform the work or provide the service promptly or within the
time specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing,
complete and submit the FINAL List of Sub -contractors.
(a) If no sub -contractors will be used please indicate so.
31.3 Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32. SELECTION
32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included
in this RFP.
32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR
OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY
TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES,
UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR
PROPOSAL.
32.3 The City shall select the offeror that offers the best value for the City based on the published selection
criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected
offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope
or time modification and any price change associated with the modification. If the City is unable to
negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations
with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is
reached or all proposals are rejected.
32.4In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
32.5A proposal will be subject to being considered irregular and may be rejected if it shows omissions,
alterations of form, conditional alternate proposals, additions or alternates in lieu of the items
specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected
values), or irregularities of any kind.
33. ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT
AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT
DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY
COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK
PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES,
BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members
or City staff. This policy is intended to create a level playing field for all potential bidders, assure that
contract decisions are made in public, and to protect the integrity of the bid process. Violation of this
provision may result in rejection of the bidder's bid.
34. PROTEST
34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing
and Contract Management within 5 working days after the protesting party knows of the occurrence of
the action which is protested relating to advertising of notices deadlines, proposal opening and all other
related procedures under the Local Government Code, as well as any protest relating to alleged
improprieties with the RFP process. This limitation does not include protests relating to staff
recommendations as to award of contract. Protests relating to staff recommendations may be directed to
the City Manager. All staff recommendations will be made available for public review prior to
consideration by the City Council as allowed by law.
FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
35. PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates,
with respect to the payment of prevailing wage rates for the construction of a public work, including a
building, highway, road, excavation, and repair work or other project development or improvement, paid
for in whole or in part from public funds, without regard to whether the work is done under public
supervision or direction. A worker is employed on a public work if the worker is employed by the
contractor or any subcontractor in the execution of the contract for the project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than
the general prevailing rate of per diem wages for the work of a similar character in the locality in which
the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday
and overtime work.
35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the
City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker
is paid less than the wage rates stipulated in the contract.
TEXAS GOVERNMENT CODE § 2269
SUBCHAPTER D.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a)
In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity
requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor
for the construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall
follow the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or
designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051,
Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the
governmental entity, the governmental entity shall select the engineer or architect on the basis of
demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request
for competitive sealed proposals that includes construction documents, selection criteria and the weighted
value for each criterion, estimated budget, project scope, estimated project completion date, and other
information that a contractor may require to respond to the request. The governmental entity shall state in
the request for proposals the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive,
publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors.
(b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity
shall evaluate and rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror
that submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in the request
for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a
contract with the selected offeror. The governmental entity and its architect or engineer may discuss with
the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and
proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals
are rejected. In determining best value for the governmental entity, the governmental entity is not restricted
to considering price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: ; /�%&. Z t./
PROJECT NUMBER: RFP 24-17870-TF, Water Line Change Out Phase 6
Proposal of #-�1 , attcf« o�'> > 4&es, E-.. (hereinafter called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having
carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated. The price to
cover all expenses incurred in performing the work required under the contract documents.
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: .-7�0Q (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 3; (to Final Completion)
(not to exceed 335 consecutive calendar days to Substantial Completion / 365 consecutive calendar days
to Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 335 Consecutive Calendar Days
with final completion within 365 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500
for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500 for
each consecutive calendar day after final completion set forth herein above for completion of this project, all
as more fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal,
and he further agrees to commence work on the date specified in the written notice to proceed, and to
substantially complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
City of Lubbock, TX
Public Works
RFP 24-17870-TF
Water Line Change Out Phase 6
Utility Contractors of America, Inc. of Lubbock, TX
#
QTY Unit Extended
+/- U/M Price Cost
General
#1-1
Mobilization - Contractor mobilization including move -in and move -out cost from
1 LS 98,500.00 98,500.00
each site location.
#1-2
Provide and maintain a Traffic Control Plan - Preparation, approval from COL Traffic
1 LS 3,000.00 3,000.00
Engineering to all sites, and all other work considered incidental to this item.
#1-3
Provide and maintain a SWPPP - Including preparation, NOI, NOT, and all other work
1 LS 2,500.00 2,500.00
considered incidental to this item.
#14
Trench Safety
9693 LF 2.00 19,386.00
Water
Improvements
Furnish and install 6" C-900 DR-18 approved water pipe in open cut trench in alley
#2-1
ROW, backfilled to 95% compaction, and tested as herein specified, including all
9693 LF 66.00 639,738.00
equipment, tools, fittings, and labor to perform work.
#2 2
Furnish and install 6" gate valve and box as herein specified, including all equipment,
19 EA 2,750.00 52,250.00
tools, and labor to perform work.
#2-3
Furnish and install 8" gate valve and box as herein specified, including all equipment,
1 EA 4,475.00 4,475.00
tools, and labor to perform work.
#24
Furnish and install 6" insert -a -valve as herein specified, including all equipment, tools,
1 EA 12,000.00 12,000.00
and labor to perform work.
#2-5
Furnish and install 6"x4" Tapping Sleeve and valve as herein specified, including all
1 EA 4,500.00 4,500.00
equipment, tools, and labor to perform work.
#2-6
Furnish and install 8"x6" Tapping Sleeve and valve as herein specified, including all
7 EA 4,600.00 32,200.00
equipment, tools, and labor to perform work.
#2 7
Cut, plug, and abandon existing 2" water line, as herein specified, including all
10 EA 1,600.00 16,000.00
equipment, tools, and labor to perform work.
#2 8
Cut, plug, and abandon existing 4" water line, as herein specified, including all
1 EA 1,700.00 1,700.00
equipment, tools, and labor to perform work.
Furnish and install Fire Hydrant and reconnect, as herein specified, including all
#2-9
equipment, tools, and labor to perform work. Remove and salvage existing Fire
4 EA 5,600.00 22,400.00
Hydrant.
#2-10
Tie in to existing water line, complete and in place per Specifications.
3 EA 3,900.00 11,700.00
#2-11
Furnish and reconnect 3/4" - 2" service lines as herein specified, including all
295 EA 2,600.00 767,000.00
equipment, tools, and labor to perform work.
#2-12
Flowable backfill as approved, complete and in place per Specifications.
1452 CY 165.00 239,580.00
Paving Repair
Saw cut and remove existing asphalt paving, including all material, equipment and
#3-1
labor to perform removal, disposal and all other work considered incidental to this
140 SY 65.00 9,100.00
item.
Repair asphalt paving, including all material, equipment and labor to perform sub
#3-2
grade compaction and testing. HMAC installation per COL Specifications and all other
140 SY 110.00 15,400.00
work considered incidental to this item.
Saw cut and remove existing concrete ally, sidewalk, curb and gutter, including all
#3-3
material, equipment and labor to perform removal, disposal and all other work
128 SY 38.00 4,864.00
considered incidental to this item.
Repair concrete ally, sidewalk, curb and gutter, including all material, equipment and
#34 labor to perform sub grade compaction and testing. Installation per COL Specifications 138 SY 95.00 13,110.00
and all other work considered incidental to this item.
Total (Items 1-1 through 1-4): $ 123,386.00
Total (Items 2-1 through 2-11): $ 1,803,543.00
Total (Items 3-1 through 3-4): $ 42,474.00
Total (Items 1-1 through 3-4): $ 1,969,403.00
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is Cashier's Check or Certified Check for
l Dollars ($ r�%,,�; ) or a Proposal Bond in the sum
of Me" {— Dollars ($ ` S� r��� ), 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:
Secre ry
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date ,? J
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authori ed Signature
dla 1&44
(Printed or Typed Name)
, I , /-J.�G
Company
6-905-r e k 77bQ
Ad res
r%vl��a�•!� G✓���G
City, County
State Zip Code, /.
Telephone:
Fax: (� r - • a 3 _ �/l 3,Z
Email: v2• ck c��.-��scuy cx�l
FEDERAL TAX ID or SOCIAL SECURITY
No.
-75 =; 1 q3
M/wBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
INSURANCE REQUIREMENTS
I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be
able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid
insurance certificate to the City meeting all of the requirements defined in this bid.
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or services
equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended
or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of eighteen
(18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company
named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that
should the above -named company enter into a contract that is on said listing of companies on the website of the
Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I
will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel,
or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an
action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership,
limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned
subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit.
This Certification is required from a Company if the Company has 10 or more full-time employees and the
contract for goods or services (which includes contracts formed through purchase orders) has a value of
$100,000 or more that is to be paid wholly or partly from public funds of the governmental entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have
a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;
and will not discriminate during the term of the contract against a firearm entity or firearm trade association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott
energy companies; and will not boycott energy companies during the term of the Agreement. This verification is
not required for an agreement where a governmental entity determines that these requirements are inconsistent
with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or
management of debt obligations or the deposit, custody, management, borrowing, or investment of funds.
Agreement Example
Review
This sample Agreement has been reviewed and
is acceptable
( ) is acceptable as noted
Contractor Acknowledtement
In compliance with this solicitation, the undersigned, having examined the solicitation documents,
instructions to offerors, documents associated with the request for proposals, and being familiar with the
conditions to be met has reviewed the above information regarding:
• Insurance Requirements
• Suspension and Debarment Certification
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
An individual authorized to bind the company must sign the following section. Failure to execute this portion
may result in proposal rejection.
By signing below, the terms stated have been reviewed and approved.
Company Name: �f"i /i E-�yuyF�i�S wi
Signed By:
Print Name and Title: JyoAlfaa ei z�!i e cLe.�- &e. Jt
Date: -2 'h` ZZ,)Z 1
Page Intentionally Left Blank
Liberty
Mutual.
SURETY
• • •J
Document A310TM - 2010
Conforms with The American Institute of Architects AIA Document 310
CONTRACTOR:
(Name, legal status and address)
UTILITY CONTRACTORS OF AMERICA, INC
5805 CR 7700
LUBBOCK, TEXAS 79424
OWNER:
(Name, legal status and address)
CITY OF LUBBOCK
LUBBOCK, TEXAS
BOND AMOUNT: 5%
SURETY:
(Name, legal status and principal place of business)
Liberty Mutual Insurance Company
175 Berkeley Street
Boston, MA 02116
This document has important
legal consequences.
Consultation with an attorney is
encouraged with respect to its
Mailing Address for Notices
completion or modification.
Liberty Mutual Surety Claims
3 26
P.O. Box 34526
Any singular reference to
Seattle,
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
Five Percent of Bid Amount
PROJECT:
(Name, location or address, and Project number, if any)
WATER LINE CHANGE OUT PHASE 6
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 (1) 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 terns Contractor in this Bond shall be deemed to be
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 legal requirement shall be 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 14th day of FEBRUARY 12024
(GPitness)
(Witness)
MARLA HILL
UTILITY CONTRACTORS OF AMERICA, INC.
(Principal)
(Title)
(Seal)
Liberty Mutual Insurance Company
(Surety)
� msu
FJP`°pPON,�y�'(l
F
1912
( 111e) HOWAR15 COWAN OR Y-IN-FACT dj�9�35°N°56 a
a
LMS-20862e 11/17
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.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8197873
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Marla Hill, Howard Cowan
all of the city of Lubbock state of TX each individually if there be more than one named, its true and lawful attorney -in -tact 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 of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 1 st day of November , 2018 .
N
m
c
State of PENNSYLVANIA
�
County of MONTGOMERY ss
31=
Liberty Mutual Insurance Company
P` %NSu P.01 INS& %Nsljo The Ohio Casualty Insurance Company
A,J aO%poRal yp yJ ooPPoRaT�y �4P o0 ORgr I-, West American Insurance Company
J a Fo F 3= Fo n U? Fo lPt
1912 0 1919 1991 0
d� ss'OCHUS� .aaNAMPsa ,dD Ys /NOIANP' .aa r /
David M. Carey, Assistant Secretary
rn
rn
a)
C
U)
On this 1 st day of November , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance I o
Company, The Ohio Casualty 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. cLu
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
SN PAST
Q "r,ONV/F F( COMMONWEALTH OF PENNSYLVANIA
�< < Notarial Seal
v
13F Teresa Pastella, Notary Public
Upper Menon Tvvp., Montgomery County By:
My Commission Expires March 28, 2021
,y NgyLJPTeresa Pastella, Notary Public
Member, Pennsylvania Association of Notaries
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
` 2 1 ARTICLE IV— OFFICERS: Section 12. Power of Attorney.
02 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
a l; President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
> act 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 XIII — 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 attorneys -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 allomeys-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 David M. Carey, Assistant Secretary to appoint such attorneys -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, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature Clary 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 binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, 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 14th day of FEBRUARY , 2024 .
1NSllq �SY INS& 1NSUR
j 3°o�o�rFoy�R� QJr°OnPORarFPgyn �4 2�oµPORyrF y�
1912 0 1919 0 2 1991�
�o Q o
p19ssACHU`'��.da yO yA Psa`� i3 '� �ti'oIANP' L3 By:
0 * *Nd Renee G. Llewellyn, Assistant Secretary
0
Cl)
C
l6
LL O
to O
o(D
7t--
>o
CD v
w
w
cNM
c °O
00
0-
09
LMS-12873 LMIC OCIC WAIC Multi Co 062018
City of Lubbock
Insurance Requirement Affidavit
Project Number: -/270--7F
To Be Completed by Bidder or Offeror
I, the undersigned Bidder/Offeror certify that the insurance requirements contained in this bid/proposal
document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by
the City of Lubbock (City), I will be able to, within ten (10) business days after being notified of such
award by the City, furnish a valid insurance certificate and endorsements to the City meeting all of
the requirements presented herein.
, Z i
Contract Representa •ve ( iginal Signature) Contractor Representative" rinted)
Contractor's Business Name: �� �'c� d�71¢i.��d>After,('
(Print or Type) /
Contractor's Address: !] �, G I (, l UU l ,///J, -rX 7Y b-/,7W
Contractor's Email Address: 6agd
INSURANCE AGENT/BROKER CONTACT INFORMATION
Firm Name: K t! 5 )Y-aae
M Contact Name: 'le) a /`?o5
Phone No.: %Z 77r7- - 722? Email: Jo. al J, Y09LP G,itt?�5 r17 co
II NOTE TO CONTRACTOR II
If the time requirement specified above is not met, the City has the right to reject this bid/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.
Page Intentionally Left Blank
UC A
UTILITY CONTRACTORS OF AMERICA, INC.
5805 CR 7700 — Lubbock, Texas 79424 (806) 863-2642, Fax # (806) 863-4132
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:
Please see attached Bond.
B. EXPERIENCE:
Please see current and completed projects.
C. SAFETY:
Does the organization stress and support safety as an important function of the work process? - YES
D. QUALITY OF WORK:
1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product? - YES
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? - YES
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, nonresponsive,
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 I I Ttility Cnntrartnrc of A merira Tnr
Business Address of Principle Office
Telephone Numbers
Main Number 806-863-2642
Fax Number 806-863-4132
Web Site Address www.ucatexas.com
Form of Business (Check One) X I A Corporation I A Partnership An Individual
Date of Incorporation November 1, 1987
State of Incorporation Texas
Chief Executive Officer's Name Jonathan Zie ner
President's Name Tonathan Ziemer
Vice President's Name(s)
Business Address
Average Number of Current Full Time
Employees
45 Average Estimate of Revenue for the
Current Year
K
Contractor's Organizational Experience
Organization Doing Business As
Business Address of Regional Office
Contractors of America, Inc.
5805 County Road 7700
Name of Regional Office Manager
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 history of the organization,
including the names of related companies presently doing business:
Names of Organization From Date To Date
Utility Contractors of America, Inc. 11/01/1987 President
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization I Percent Ownership
Years experience in projects similar to the proposed project
As a General Contractor
I
I As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete any work
awarded to it?
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 agency within the last five ears?
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.
3
Contractor's Proposed Key Personnel
Organization Doing Business As Utili!X Contractors of America, Inc.
® • • • •
10
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No.
Jonathan Ziegner is the President, Chris Balios and Marty Hamm are Officers and at times act
as Project Managers as well as Superintendents. Jonathan Ziegner also acts as Project
Manager on major projects. Superintendents are: Leo Garcia, Gilbert Prieto, Brandy Mitchell,
Bo Rodriquez Jr. Steve Levett, Cory Balios and Eloy Meza.
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this
description. See attachment No.
Marty Hamm is to be the proposed Project Superintendent, Jonathan Ziegner is to be the acting
Project Manager and Safety Officer and Chris Balios is to be the Quality Control Manager.
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role Primary Candidate Alternate Candidate
Project Manager Jonathan Ziegner
Project Superintendent Mar1y Hamm
Project Safety Officer Tonathan Ziegner
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 their time that will
be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided
between this project and their other assignments.
Proposed Project Managers
Organization Doing Business As
Name of Individual
Utilitl Contractors of America Inc.
ESEEMENNESEMISSEM
Jonathan Zie enr
Years of Experience as Project Manager
25
Years of Experience with this organization
6
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact Information(listing names indicates ap roval to contacting
the names individuals as a reference
Name
Wood Franklin
Name
Mike Keenum
Title/ Position
Public Works DirectorTitle/
Position
City o Engineer
Organization
City of Lubbock
Organization
Cit of Lubbock
Telephone
806-775-2343
Telephone
806-775-2393
E-mail
wfranklin@mylubbock.us
E-mail
mkeenum@mai1.1ubbock.tx.us
Project
Project
Candidate role on
Project
1 1
Name of Individual
Candidates role Project Manager
on Project
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
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 Superintendent
Organization Doing Business As
Name of Individual
Utilitl Contractors of America Inc.
Marty Hamm
Years of Experience as Project Superintendent
34
Years of Experience with this organization
34
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 ap roval to contacting
the names individuals as a reference)
NameJohn
Tur in
Name
Tanner Morris
Title/ Position
Project Engineer
Title/ Position
Project Manager
Organization
City of Lubbock
Orizanization
Cit of Lubbock
Telephone
806-775-2342
Telephone
806-745-7498
E-mail
jturpin@mai1.ci.1ubbock.tx.us
E-mail
tmorris@allenbutler.net
Project
Pump Station 16 & Storage Tank
Project
Randall County Loop 335 Hwy
Candidate role on
Project
MEZ••
Name of Individual
Candidate role on improvements
Project
Years of Experience as Project Superintendent
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
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 Safety Officer
Organization Doing Business As
Name of Individual Jonathan Zie ner
Years of Experience as Project Safety Officer 25
Years of Experience with this organization 6
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 Estimated Project
this Project I Completion Date
Reference Contact Information(listing names indicates ap2roval to contacting the names individuals as a reference)
Name I Wood Franklin I Name I John Tur in
Title/Position I Public_ Works Director I Title/Position I F.naineer
E-mail I wEranklinomylubbock,us E-mail
Project Project
Candidate role on Candidate role on
Project Project Supervisor
Name of Individual
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment Percent of Time Used for Estimated Project
this Project I Completion Date
I Name I I Name
Title/ Position I I Title/ Position
E-mail E-mail
Project Project
Candidate role on Candidate role on
Project Project
7
Proposed Project Quality Control Manager
Organization Doing Business As
Name of Individual
Utilit Contractors of America, Inc.
MENEEMENEENEEM
Chris Balios
Years of Experience as Quality Control Manager
34
Years of Experience with this organization
34
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
Reference Contact Information(listing names indicates ap roval to contactingthe names individuals as a reference)
NameJohn
Tur in
Name
Erick Perez
Title/ Position
City EngineerTitle/
Position
Assistant Project Manag-cr
Organization
City of Lubbock
Organization
EMT C
Telephone
806-775-2342
Telephone
972-580-1210
E-mail
E-mail
Project
Canyon Lakes Sanitary Sewer Phase 2
Project
Candidate role on
Project
Name of Individual
Candidate role on
Project
INEEMENEEMENEEM
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
UTILITY CONTRACTORS OF AMERICA, INC.
5805 CR 7700 - Lubbock, Texas 79424 (806) 863-2642, Fax # (806) 863-4132
Equipment Available for this project
Equipment List
Caterpillar
299C
Track Loader
Caterpillar
390D
Excavator
Caterpillar
349 EL
Excavator
Caterpillar
966H
Wheel Loader
Caterpillar
420E
Backhoe Loader
Caterpillar
420E
Backhoe
Caterpillar
950H
Wheel Loader
Caterpillar
420F
Backhoe Loader
Caterpillar
950H
Wheel Loader
Caterpillar
328D
Excavator
John Deere
5100E
Tractor
Caterpillar
336EL
Excavator
Grove
Crane
Caterpillar
966M
Wheel Loader
Caterpillar
308C
Excavator
Caterpillar
349FL
Excavator
Caterpillar
930K
Wheel Loader
Caterpillar
950K
Wheel Loader
Broce
RJ350
Power Broom
Case
580SN
Backhoe
Caterpillar
420F
Backhoe Loader
Caterpillar
308 HAMR L
Mini EXC Hammer
Caterpillar
966M
Wheel Loader
Broce
BW260
Broom
Caterpillar
349F
Hydraulic Excavator
Caterpillar
966M
Wheel Loader
Caterpillar
314
Excavator
Volvo
ECR235
Excavator
CAT
420F
Excavator
Volvo
MCT135C
Skid Steer
CAT
420F
Mini Excavator
Mack
Dump Truck
Mack
Dump Truck
Volvo
VHD64B
Dump Truck
Volvo
VHD64B
Dump Truck
UC A
UTILITY CONTRACTORS OF AMERICA, INC.
UCA's Approach to Completing Projects
1. UCA will without fail, comply with all terms and conditions of the proposed contract. UCA will insure
timely deliverables of all necessary Project documents through the appropriate authorities. UCA will
maintain and provide all necessary project documentation in all aspects of the project including but not
limited to: upkeep of current project Schedules, Performance and Production measurement, reporting and
Payment Documents, Managing contract changes and Management of overall business relationships.
2. UCA will be performing all of the work entailed in the project with our own resources and/or the
resources of subcontractors. UCA is familiar and confident in our subcontractors and will manage their
work as if it were done by UCA as we will be held responsible for their quality and punctuality of work
performed on this project. All of the vendors and suppliers that we propose to use for this project have a
long history with UCA and we are fully confident that they can and will fulfill all of ours and the City of
Lubbock's needs to meet or exceed the contract specifications.
3. Time is of the essence, UCA will see to it that all items and aspects of the project are carried out as
efficiently and as safely as possible.
4. Cost will be controlled and kept low, as UCA has obtained quotes for materials and supplies from
various distributors and suppliers. However, UCA will spare no cost when it comes to safety.
S. Quality of work for this project will be one of our top priorities. UCA will have a Quality Control Officer
devoted to this project. The Quality Control Officer's Job will be to monitor and ensure that every aspect
of work provided by UCA shall meet or exceed contract specifications and requirements of the owner's
standards.
6. Safety for everyone present on the lobsite is UCA's top priority. UCA has weekly company -wide safety
meetings and daily on -site, job -specific safety meetings, and will maintain safety regulations in accordance
with local, state, federal and OSHA standards throughout the completion of the project.
7. UCA has a project manager that will be in communication with the engineers and will insure that any changes
are done properly, and are carried out effectively and seamlessly throughout the project.
8. All equipment used on this project will be monitored and maintained regularly throughout the entire project to
ensure that all onsite resources are at maximum efficiency. UCA has service personnel that will be servicing and
maintaining equipment on a daily basis. In addition to that, we have a full time mechanic that will routinely check
all equipment and stay in contact with the equipment operators to make sure that all equipment involved in the
project will be in top performing condition thereby avoiding any delays or safety issues that could arise from
neglected or improperly maintained equipment.
9. UCA has a history of performing projects with no change orders. In most cases change orders are the result of
quantity changes. UCA's philosophy is not to seek revenue by slight errors or omissions.
Signature
Jonathan Ziegner
Print Name
UCA
Attachment A
MMMM=1iiiIIt11 11 11 lt�i 11111 q
Philosophy & Principles
• We recognize that, as a construction company, our employees are our greatest assets. Utility
Contractors of America, Inc. is only as successful as the individual members of its team. Clients place
their trust in our firm; however, they work with individuals and develop their opinions of Utility
Contractors of America, Inc. based on the people with whom they come in direct contact.
• We are committed to retaining a highly competent staff of professionals and giving them the
opportunity to continue to grow in capability. Our intent is to have each employee feel genuine pride
in Utility Contractors of America, its quality work, its outstanding fellow workers, and above all, its
intense dedication to serving our clients and their specific project needs.
• We recognize that, for this organization to continue to succeed and grow, the staff must realize that
each person is an important team member. Employees must feel dignity and pride in their jobs. They
must personally identify with the firm's successes or failures and enjoy their work. Continuous efforts
will be made to maintain an environment where this is possible.
• We recognize that Utility Contractors of America, Inc. must achieve a reasonable level of profit in
order to exist and maintain the strength required to achieve our other objectives. We also recognize the
need for planned steady growth. We believe that we must constantly improve our methods for
delivering our services in order to remain competitive.
• We believe in a management philosophy which encourages open communication throughout the
company and which recognizes the importance of employee involvement in problem solving. We seek
to minimize problems and prevent errors whenever possible... to do each job right the first time exactly
as defined in the project documents. We strive to create an atmosphere of trust which encourages open
communication. We believe in providing all of our employees with positive encouragement,
recognition, coaching, and mentoring. We believe in the concept of seeking continuous improvement
in all that we do.
• We lean on God for guidance and strength as referenced in Philippians 4:13 which says "I can do all
things through Christ who strengthens me." Our faith in God leads our business and life decisions.
100,
Sign re
Tonathan Ziegner - President/CEO
Print Name
Attachment A
uca
UTILITY CONTRACTORS OF AMERICA, INC.
Awards Received
• American Society of Civil Engineers
Pump Station 16 Excavation
Awarded in 2018
• Texas Society of Professional Engineers
Trailblazer Award
Awarded in 2018
• Texas Tech University
Excellence In Construction
Awarded in 2008
• Bituminous Insurance Company
Certificate of Excellence for Public Safety
Awarded in 2005
• Bituminous Insurance Company
Certificate of Excellence for Driving Safety
Awarded in 2005
• Wolfforth Fire Department
Certificate of Appreciation
Awarded in 2003
Signre
Jonathan Ziegner - President/CEO
Print Name
Current Municipal Projects
Project Owner City of Lubbock
Project Name City Taps & Repairs
General Description of Project: Installation of water & sewer taps and repairs of water & sewer lines for the City of Lubbock
Project Cost $12,161,566.00
Est. Completion Date 2/8/2023
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
I Hayden Harrison
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Wood Franklin
(806) 775-2343
WFranklin@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension, Phase 4
General Description of Project: Installation of approx 5,000 If of 15" - 18" sewer line
Project Cost $2,138,235.00
Est. Completion Date 3/10/2023
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Hayden Harrison
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Zoltan Fekete
(806) 775-3317
ZFekete@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name Waterline Ahead of Unpaved Roads
General Description of Project:
Project Cost $505,160.00
Est. Completion Date S/9/2023
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Hayden Harrison
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Kristinek
(806) 775-3397
JKristinek@mail.ci.lubbock.tx.us
Page 1 of 3
Current Municipal Projects
Project Owner Thomas Payne
Project Name Cooper Lift Station
General Description of Project:
Project Cost $650,000.00
IEst. Completion Date 5/29/2023
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
I Marty Hamm
Safety Officer
Hayden Harrison
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Thomas Payne
tpayn3@gmail.com
Project Owner City of Lubbock Project Name Underground Boring Services
General Description of Project: Various trenching, boring & excavation projects for City of Lubbock
Project Cost $130,329.15
Est. Completion Date 10/23/2023
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Marty Hamm
Safety Officer
Hayden Harrison
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
David Bragg
(806) 775-2135
dbragg@mail.ci.lubbock.tx.us
Project Owner Thomas Payne Project Name Allen Farms lift Station
General Description of Project:
Project Cost $750,000.00
Est. Completion Date 12/4/2023
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Cory Balios
Safety Officer
Hayden Harrison
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Thomas Payne
tpayn3@gmail.com
Page 2 of 3
Current Municipal Projects
Project Owner Texas Department of Transportation I Project Name loop 88 CIP
General Description of Project: Construction of approximately 27,500 LF of 30" to 60" Cast -in -Place concrete storm sewer
Project Cost $3,691,562.50
Est. Completion Date 2/18/2025
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Bo Rodriguez
Safety Officer
Hayden Harrison
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Jackie Theron
(786) 956-6817
Jtheron@sacyr.com
Page 3 of 3
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment
General Description of Project: Installation of approx. 5,500 LF of conduit
Project Cost $2,058,474.04
Date Project Completed 12/31/2012
Key Project Personnel
Name
Project Manager
Ty lane
Superintendent
Troy Lane
Safety Officer
Chris Balios
quality Control Manager
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
Mike Keenum
Joseph Van Deventer
City Engineer
Engineer
(806) 775-2393
(806) 795-6827
mkeenum@mvlubbock.us
JVanDeventer@SGSEng.com
Project Owner DCOS Project Name Industrial Park
General Description of Project: Water & Sanitary Sewer Infastructure
Project Cost $1,468,648.15
Date Project Completed 1/31/2013
Key Project Personnel
Name
Project Manager
I Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
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 2/28/2013
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Steve Levitt
Safety Officer
I Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Erik Rejino
Kristi Laverty
Engineer
(806) 894-0113
(806 473-3634
ereiino@levellandtexas.org
klaverty@team-psc.com
y@team-psc.com
Page 1 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
I Project 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 7/31/2013
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Qua lity Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Rick Humphries
Engineer
Project Manager
(806) 775-2393
(806) 745-7498
JTurpin@mail.ci.lubbock.tx.us
rhumphries@allenbutler.com
Project Owner City of Lubbock oject Name 98th St Paving Imp (Albany to Huron)
Pr
General Description of Project: Water & Sanitary Sewer Infastructure
Project Cost $1,077,089.54
Date Project Completed 7/31/2013
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Wood Franklin
Rick Humphries
Public Works Director
Project Manager
(806) 775-2343
(806) 745-7498
wfranklin@mylubbock.us
rhumphries@allenbutler.com
Project Owner Costco Project Name Costco Warehouse, Lubbock
General Description of Project: Water & Sanitary Sewer Infastructure
Project Cost $936,831.00
Date Project Completed 10/31/2013
Key Project Personnel
Name
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
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
jerryp@jacksondean.com
Page 2 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock Project Name Milwaukee Ave Paving Improvements
General Description of Project: Remove & Relocate water & sewer infastructure for new road
Project Cost $2,827,952.27
Date Project Completed 1/31/2014
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mike Keenum
Rick Humphries
City Engineer
Project Manager
(806) 775-2393
(806) 745-7498
Mkeenum@mail.ci.lubbock.tx.us
rumphries@allenbutler.com
Project Owner City of Lubbock Project Name Slide Road Water line Extension
General Description of Project: Extend Water Line on Slide Rd from 98th St to FM 1585
Project Cost $701,510.00
Date Project Completed 5/31/2014
Key Project Personnel
Name
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
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
Mike Keenum
Paul McMillian
City Engineer
Engineer
(806) 775-2393
(806) 473-2200
Mkeenum@mail.ci.lubbock.tx.us
PMcmillen@team-psc.com
Project Owner City of Lubbock Project Name East Erskine Street 12" Water Line Extension
General Description of Project: Installation of approx. 1,100' of 6"-12" water line
Project Cost $301,628.00
Date Project Completed 1/31/2015
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Kristinek
Engineer
(806) 775-3397
1Kristinek@maiLci.Iubbock.tx.us
Page 3 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
I Project Name Northwest Lubbock Drainage Improvements
General Description of Project: Storm Sewer Infrastructure (10 x 10 Boxes)
Project Cost $35,979,888.70
Date Project Completed 3/31/2015
Key Project Personnel
Name
Project Manager
I Ty Lane
Superintendent
Troy Lane
Safety Officer
I Chris Balios
Quality Control Manager
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
Mike Keenum
Paul McMillian
City Engineer
Engineer
(806) 775-2393
(806) 473-2200
Mkeen um@mail. ci.lubbock.tx.us
PMcmillen@team-psc.com
Project Owner City of Lubbock Project Name Buffalo Lake Water Line Replacement
General Description of Project: Installation of 2,351' of 8" water line
Project Cost $154,215.10
-7
Date Project Completed 4/6/2015
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
(806) 775-2342
Jturpin@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name Northwest Water Reclamation Plant
General Description of Project: Installation of 10,400' of 6"-16" water line at 0'-14' deep by open cut and boring
Project Cost $1,245,847.30
Date Project Completed 8/7/2015
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
(806) 775-2342
Jturpin@ mail .ci.lubbock.tx.us
Page 4 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Brownfield Project Name Water & Sewer Extension
General Description of Project: Installation of 13,700' 8" Water Line, 6,900' 6" Force Main, 3,290' 6" Force Main under Pavement, Lift Station
Project Cost $1,279,031.00
Date Project Completed 11/30/2015
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Chris Balios
Safety Officer
Jonathan Ziegner
Quality Control Manager
Jonathan Ziegner
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Alex Kingston
Engineer
(806) 473-2200
Akingston@team-psc.com
Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Ph 1
General Description of Project: Installation of 35,400' Fiberglass Sewer Pipe, ranging
in size from 24" — 54" and depths from 0' —42'
Project Cost $20,545,010.74
Date Project Completed 11/30/2015
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Chris Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Zoltan Fekete
Aaron Rader
Engineer
(806) 775-3317
(817) 335-6511
ZFekete@mail.ci.lubbock.tx.us
aaron.rader@kimley-horn.com
Project Owner LEDA I Project Name Lubbock Railport Sanitary Sewer Line Ext
General Description of Project: Installation of 860' of 15" sewer at 10'+ deep
Project Cost $271,729.00
Date Project Completed 4/5/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Brandy Mitchell
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Kristi Laverty
Engineer
(806) 473-3634
klaverty@team-psc.com
Page 5 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock
Project Name Pump Station Intake Meters
General Description of Project: Pump Stations #3 & #8
Project Cost $593,270.00
Date Project Completed 9/30/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Brian Beach
Chief Water Utilities Engineer
Freese & Nichols
(806) 775-2342
(210) 837-2476
JTurpin@mail.ci.lubbock.tx.us
brb@freese.com
Project Owner LEDA
Project Name Monsanto Potable Water Line Extension
General Description of Project: Installation of 10,400' of 12" water line
Project Cost $1,115,265.20
Date Project Completed 9/30/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Brandy Mitchell
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Sedbrook
Garney Construction
(720) 407-8160
jsedbrook@garney.com
Project Owner City of Lubbock Project Name 2" Water Line Change Out, Phase 3
General Description of Project: Installation of 13,400' of 4"-6" water line
Project Cost $1,528,625.00
Date Project Completed 10/31/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Cory Balios
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Flud
(806) 775-3161
JFlud@mylubbock.us
Page 6 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock Project Name Construction of Downtown Duct System, Ph 3
General Description of Project: Installation of 8,475' of conduit
Project Cost $4,299,237.80
Date Project Completed 11/30/2016
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Steve Levitt
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Neil Welch
Assistant City Engineer
(806) 775-3254
NWelch@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Ph 2
General Description of Project: installation of 23,800' Fiberglass Sewer Pipe, ranging in size from 12" —48" and depths from 0' — 25+'
Project Cost $12,990,557.22
Date Project Completed 7/31/2017
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Bo Rodriguez, Jr
I Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Zoltan Fekete
Aaron Rader
Engineer
(806) 775-3317
(817) 335-6511
ZFekete@mail.ci.lubbock.tx.us
aaron.rader@kimley-horn.com
Project Owner City of Lubbock Project Name Canyon Lakes Sanitary Sewer Phase 1
General Description of Project: Installation of 7,400' of Sewer by open cut and bore ranging in size from 4" to 30" up to depths of up to 30+'
Project Cost $5,461,179.31
Estimated Completion Date 10/19/2017
Key Project Personnel
Project Manager _F
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Chief Water Utilities Engineer
(806) 775-2342
1Turpin@mail.ci.lubbock.tx.us
Page 7 of 16
Municipal Projects Completed within the last 10 Years
Project Owner Lubbock -Cooper ISD Project Name Chlorination and Water System Improvements
General Description of Project:
Project Cost $1,045,220.00
Date Project Completed 11/30/2017
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mike Rebber
LCISD
(806) 787-4892
mrebber@lcisd.net
Project Owner City of Plainview Project Name MilweeJluniper Lift Station Replacement
General Description of Project: Installation of 3,500' of 18" - 24" Pipe
Project Cost $862,854.72
Date Project Completed 12/1/2017
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Bo Rodriguez 1r--F
Safety Officer
Ty Lane
Quality Control Manager
Ty Lane
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Project Owner City of Lubbock Project Name Northwest Water Reclamation Plant
General Description of Project: 10" to 48" FRP up to 40' Deep 34,000 LF
Project Cost $11,825,859.54
Estimated Completion Date 2/22/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Safety Officer
I Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Chief Water utilities Engineer
(806) 775-2342
JTurpin@mail.ci.lubbock.tx.us
Page 8 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock JProject Name Pump Station #16
General Description of Project: Installation of Pump Station and Storage Tank, including 2,000+ LF of pipe ranginf from 24"-48" at depths of up to 30+'
Project Cost $17,820,106.79
Estimated Completion Date 3/26/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Marty Hamm
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Nick Lester
Chief Water Utilities Engineer
Freese & Nichols
(806) 775-2342
(817) 735-7393
JTurpin@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name Kent Street Water Line
General Description of Project: Installation of 8,200' of 6"-20" pipe by open cut and bore
Project Cost $410,250,00
Estimated Completion Date 4/27/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Adam Nixon
City of Lubbock
(806) 775-2344
ANixon@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name Lift Station 41 Replacement
General Description of Project: Installation of 1,700' of 12" pipe by open cut and bore
Project Cost $914,865.00
Estimated Completion Date 5/3/2018
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Josh Lane
Safety Officer
I Jonathan Ziegner
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Adam Nixon
City of Lubbock
(806) 775-2344
ANixon@mail.ci.lubbock.tx.us
Page 9 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock I Project Name Frankford Water Line Extension
General Description of Project: Installation of 8,233' of 6"-24" water line by open cut and boring
Project Cost $842,545.00
Date Project Completed 1/11/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Chris Balios
Safety Officer
Jonathan Ziegner
Quality Control Manager
Jonathan Ziegner
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Adam Nixon
City of Lubbock
(806) 775-2344
Anixon@mail,ci.lubbock.tx,us
Project Owner City of Plainview / Hale County
I Project Name Business Park, Phase 1
General Description of Project: Drainage improvements & installation of approx 4,800 If of 10" water line & approx 5,8601f of 12" sewer line
Project Cost $841,991.86
Date Project Completed 3/31/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Cory Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Owner
Construction Manager
Tim Crosswhite
Bill Coleman
Kristi Laverty
City of Plainview
Hale County, TX
Parkhill, Smith & Cooper
(806) 296-1150
(806) 291-5215
(806) 473-3634
tcrosswhite@plainviewtx.ore
bcoleman@halecounty.org
klaverty@team-psc.com
Project Owner Lubbock VA LLC I Project Name VA Lubbock Community Outpatient Clinic
General Description of Project: Installation of approx 2,4001f of 4", 6" & 8" water line & approx 200 If of 8" sewer line
Project Cost $203,140.00
Date Project Completed 6/30/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Steve Levitt
Safety Officer
I Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Owner
Construction Manager
Tim Crosswhite
Bill Coleman
Kristi Laverty
City of Plainview
Hale County, TX
Parkhill, Smith & Cooper
(806) 296-1150
(806) 291-5215
(806) 473-3634
tcrosswhite@plainviewtx.ors
bcoleman@halecounty.org
klaverty@team-psc.com
Page 10 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock Project Name FM 179 Water Line Extension
General Description of Project: Installation of approx 10,500 If of 12" water line by open cut and bore
Project Cost $753,294.00
Date Project Completed 7/31/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Kristinek
Engineer
(806) 775-3397
JKristinek@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name Southeast Sewer Plant
General Description of Project: Placement of new 6" scrubber line
Project Cost $36,266.85
Date Project Completed 9/20/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MHGonzales@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name Southeast Sewer Plant
General Description of Project: Removal & Replacement of Clarifier
Project Cost $175,000.00
Date Project Completed 11/6/2019
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
I Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MHGonzales@ mail. ci.lubbock.tx.us
Page 11 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Amarillo JProject Name Sewer Relocation
General Description of Project: Installation of approx 8,200 If of 8"-14" sewer line at 0'-30' deep
Project Cost $2,482,235.00
1 Date Project Completed 12/1/2019
Key Project Personnel
Project Manager
Peter Nguyen
Superintendent
I Bo Rodriguez Jr
Safety Officer
Peter Nguyen
Quality Control Manager
Ty Lane
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Monte Taylor
Amarillo Utility Contractors
(806) 342-0255
monte.t@amarilloutility.com
Project Owner HEB I Project Name HEB - Lubbock
General Description of Project: Installation of approx. 3,900' of 6"-8" water line and approx 2,470' of 6"-8" sewer line 8'-16' deep
Project Cost $605,314.13
Date Project Completed 4/5/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Troy Lane
Safety Officer
I Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Erick Perez
Asst Project Mgr
(972) 580-1210
erick.perez@eMjcg .com
Project Owner City of Lubbock Project Name Water Line Change Out, Phase 4
General Description of Project: Installation of 8,700' of 4"-8" water line
Project Cost $1,062,165.00
Date Project Completed 4/24/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Cory Balios
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
806-775-2342
Jturpin@mail.ci.lubbock.tx.us
Page 12 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock I Project Name Southeast Sewer Plant
General Description of Project: Removal and Replacement of 2 36" effluent lines to primary lift station from headworks
Project Cost $888,799.00
Date Project Completed 5/9/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Chris Balios71
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MHGonzales@mail.ci.lubbock.tx.us
Project Owner City of Lubbock I Project Name Southeast Sewer Plant
General Description of Project: Removal and Replacement of 10" Effluent line
Project Cost $16,046.00
Date Project Completed 5/31/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mary Gonzales
(806) 775-3229
MHGonzales@mail.ci.lubbock.tx.us
Project Owner City of Lubbock
I Project Name Canyon Lakes Sanitary Sewer, Phase 2
General Description of Project: Installation of 5,600' of Sewer by open cut and bore ranging in size from 4" to 30" up to depths of up to 30+'
Project Cost $5,819,411.90
Date Project Completed 6/2/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer 7Quality
Chris Balios
Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
806-775-2342
Jturpin@mail.ci.lubbock.tx.us
Page 13 of 16
Municipal Projects Completed within the last 10 Years
Project Owner TXDOT I Project Name Randall County - Loop 335 Highway Improvements
General Description of Project: Installation of approx 24,500 If of RCP pipe, box culverts & pre -cast structures
Project Cost $7,418,728.52
Date Project Completed 10/31/2020
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Bo Rodriguez Jr
Safety Officer
Jonathan Ziegner
Quality Control Manager
Ty Lane
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Tanner Morris
Allen Butler Construction
(806) 745-7498
tmorris@allenbutier.net
Project Owner City of Lamesa Project Name North Lift Station Improvements
General Description of Project: Lift Station Improvements
Project Cost $521,058.00
Date Project Completed 3/28/2021
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Marty Hamm
Safety Officer
Chris Balios 771Chris
Quality Control Manager
Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Mark
acarpenter@team-psc.com
Project Owner LEDA
I Project Name North Hunter/Nutmeg Utility Expansion
General Description of Project: 5400 LF 6"-10" Water line and 1200 LF of 10"-24" Sewer line
Project Cost $724,600.00
Date Project Completed 5/5/2021
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Leo Garcia
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Josh Dickson
josh@colliertx.com
Page 14 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock I Project Name South Lubbock Sanitary Sewer Extension, Phase 3
General Description of Project: Installation of approx 8,700 If of 36" sewer line at 18'-41' deep
Project Cost $5,945,357.84
Date Project Completed 7/31/2021
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Leo Garcia
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
John Turpin
Engineer
806-775-2342
Jturpin@mail.ci.lubbock.tx.us
Project Owner City of Lubbock Project Name Tech Terrace - Stormwater & Utilities Relocation
General Description of Project:
Project Cost $341,295.00
Date Project Completed 8/3/2021
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Zoltan Fekete
(806) 775-3317
ZFekete@mail.ci.lubbock.tx.us
Project Owner Lubbock Power &light Project Name Trenching, Boring & Excavation Services
General Description of Project: Various trenching, boring & excavation projects for Lubbock Power & Light
Project Cost $4,635,073.00
Date Project Completed 10/23/2021
Key Project Personnel
Project Manager
Ty Lane
Superintendent
Marty Hamm
Safety Officer
Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Felix Orta
(806) 775-2170
FOrta@mail.ci.lubbock.tx.us
Page 15 of 16
Municipal Projects Completed within the last 10 Years
Project Owner City of Lubbock Project Name Loop 88 Water Relocation, Phase 1
General Description of Project: 4600 LF 6"-16" pipe & 2400 LF 20"-30" steel casing by open cut or other than open cut
Project Cost $1,336,127.00
Date Project Completed 11/11/2021
Key Project Personnel
Project Manager
Jonathan Ziegner
Superintendent
Gilbert Prieto
Safety Officer
I Chris Balios
Quality Control Manager
Chris Balios
Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference)
Name
Title/Position
Telephone
Email
Owner
Designer
Construction Manager
Zoltan Fekete
(806) 775-3317
ZFeketeCa@mail.ci.lubbock.tx.us
Page 16 of 16
City of Lubbock, TX
Purchasing and Contract Management
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant
to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused
by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider,
among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to,
the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the
United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state
or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
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.
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO___�/
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any,
and penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such
firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense
which resulted in serious bodily injury or death?
YES NO 1<
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with
its proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be
rejected.
Signature
Title
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
()&1T c< o 7zd e�{ �4e/\ being first duly sworn, on his/her oath, says that the
bid above submitted is a genuine an4 not a sham or collusive bid, or made in the interest or on behalf of any
person not therein named; and s/he further says that the said respondent has not directly induced or solicited any
firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement
of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over
any other firm or firms.
U4-f (L 4�/ LIJ�ttf� ��v� v�� VU�'✓�c ct
Firm-J '
L�
Name
Signature
Title
day of 20 aL4
My Commission Expires:
TAMMY VANBUREN
_ Notary Public, State of Texas
Notary,
12506869.2
My Commission Expires
y eptember 27, 2024
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
PROPOSED LIST OF SUB -CONTRACTORS
Company Name. Location
Services Provided
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
(PRINT NAME OF COMPANY)
Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due.
FINAL LIST OF SUB -CONTRACTORS
Pate Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Company Name
FINAL LIST OF SUB -CONTRACTORS
Location Services Provided
SUBMITTED BY:
L) &A
(PRINT NAME OF COMPANY)
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ Cl
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Utility Contractors of America, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Million Nine Hundred Sixty -Nine Thousand Four Hundred Three
Dollars ($1,969,403) 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 261e day
of March, 2024, to RFP 24-17870-TF, Water Line Change Out Phase 6
and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2024.
Surety
*By
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
PERFORMANCE BOND
Pate Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Utility Contractors of America, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Million Nine Hundred Sixty -Nine Thousand Four Hundred Three
Dollars ($1,969,403) 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 26th day
of March, 2024, to RFP 24-17870-TF, Water Line Change Out Phase 6
and said principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of , 2024.
Surety
* By
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate,
insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions
of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
LJ Commercial General Liability
General Aggregate $
LJ Claims Made
Products-Comp/Op AGG $
LJ Occurrence
Personal & Adv. Injury $
LJ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
LJ Any Auto
Combined Single Limit $
LJ All Owned Autos
Bodily Injury (Per Person) $
LJ Scheduled Autos
Bodily Injury (Per Accident) $
LJ Hired Autos
Property Damage $
LJ Non -Owned Autos
LJ
GARAGE LIABILITY
LJ Any Auto
Auto Only - Each Accident $
LJ
Other than Auto Only:
Each Accident $
Aggregate $
LJ BUILDER'S RISK
LJ 100% of the Total Contract Price
$
LJ INSTALLATIONELOATER
$
EXCESS LIABILITY
LJ Umbrella Form
Each Occurrence $
Aggregate $
LJ Other Than Umbrella Form
$
WORKERS COMPENSATIONAND
EMPLOYERS' LIABILITY
The Proprietor/ LJ Included
Statutory Limits
Partners/Executive LJ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less
than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
ma
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior
to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services
on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for
coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide
coverage." and contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(n) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
Contract 17870
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 26' day of March, 2024, 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 24-17870-TF Water Line Change Out Phase 6
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Utility Contractors of America, Inc.'s proposal dated February 14,
2024, is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
Utility Contractors of America, Inc.
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Utility Contractors of America, Inc.
5805 CR 7700
Lubbock, TX 79424
ATTEST:
Corporate Secretary
By:
Tray Payne, Mayor
ATTEST:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
Public Works Representative
Name (Printed) Date
APPROVED AS TO FORM:
Kelli Leisure, Senior Assistant City Attorney
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring
to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person,
persons, co -partnership or corporation, to wit 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 Michael Keenum, P.E., CFM, Division
Director of Engineering/City Engineer, so designated who will inspect constructions; or to such other
representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner
to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the
Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor
or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders,
Response, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement,
Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all
other documents made available to Bidder for inspection in accordance with the Notice to Bidders.
The above described materials are sometimes referred to herein as the "contract" or "contract
documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary,"
"Prescribed," or words of like import are used, it shall be understood that the direction, requirement,
permission, order, designation or prescription of the Owner's Representative is intended; and
similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean
approved by or acceptable or satisfactory to the Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the
Contractor for performance of work on the project contemplated by these contract documents.
Owner shall have no responsibility to any Subcontractor employed by Contractor for performance
of work on the project contemplated by these contract documents, but said Subcontractors will
look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to
approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or
to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at
or sent certified mail to the last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies,
machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel,
transportation and all other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish
satisfactory evidence as to the kind and quality of materials. Materials or work described in words
which so applied have well known, technical or trade meaning shall be held to refer such recognized
standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the
contract documents has been made suitable for use or occupancy or the facility is in a condition to
serve its intended purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work
and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's
Representative will check the Contractor's layout of all major structures and any other layout work
done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the
responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished five copies of all Plans and Specifications without expense to
Contractor and Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality
of the executed work and to determine, in general, if the work is proceeding in accordance with the
contract documents. Owner's Representative will not be required to make exhaustive or continuous
onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be
responsible for the construction means, methods, techniques, sequences or procedures, or the safety
precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry
hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform
the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the
construction documents. All lines and grades shall be furnished whenever Owner's Representative
(as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary
for the commencement of the work contemplated by these contract documents or the completion of
the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend
its work in order to permit Owner's Representative to comply with this requirement, but such
suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place
where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its
employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's
expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the
Owner's Representative (as distinguished from Resident Project Representative(s))has the authority
to review all work included herein. The Owner's Representative has the authority to stop the work
whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in
relation to said work and the construction thereof, and shall, in all cases, decide every question which
may arise relative to the execution of this contract on the part of said Contractor. The decision of
the Owner's Representative shall be conclusive in the absence of written objection to same delivered
to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to
appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished
from Resident Project Representative, as the said Owner's Representative may deem proper to
inspect the materials furnished and the work done under this Agreement, and to see that said material
is furnished and said work is done in accordance with the specifications therefore. The Contractor
shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or
inspectors for the proper inspection and examination of the work. The Contractor shall regard and
obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor
object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within
fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or
objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this
contract and shall keep on the work, during its progress, a competent superintendent and any
necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent
the Contractor in its absence and all directions given to superintendent shall be binding as if given
to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such
supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control
of the Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the
Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons
performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the
nature and location of the work, the confirmation of the ground, the character, quality and quantity
of materials to be encountered, the character of equipment and facilities needed preliminary to and
during the prosecution of the work, and the general and local conditions, and all other matters which
in any way affect the work under the contract documents. No oral agreement or conversation with
any officer, agent, or employee of the Owner, or Owner's Representative either before or after the
execution of this contract, shall affect or modify any of the terms or obligations herein contained.
Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or
amendments to the contract documents, shall be in writing, and executed by Owner's Representative
and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature
of the work to be done, or from the action of the elements, or from any unforeseen circumstance and
the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and
expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in
the type of work required under this contract, to do the work; and agrees that whenever the Owner's
Representative shall inform Contractor in writing that any person or persons on the work, are, in
Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise
unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from
the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the
prosecution and completion of this contract where it is not otherwise specifically provided that
Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the
care, preservation, conservation, or protection of any materials, tools, equipment or machinery or
any part of the work until it is finally completed and accepted.
The building of structures for the housing of workers or equipment will be permitted only at such
places as the Owner's Representative shall consent or direct, and the sanitary conditions of the
grounds in or about such structure shall at all times be maintained in a manner satisfactory to the
Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from
public observation, shall be constructed and maintained by the Contractor in such manner and at
such points as shall be approved by the Owner's Representative and their use shall be strictly
enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type
and extent required by the contract documents. The Owner or Owner's Representative shall have
the right at all times to observe and test the work. Contractor shall make necessary arrangements
and provide proper facilities and access for such observation and testing at any location wherever
such work is in preparation or progress. Contractor shall ascertain the scope of any observation that
may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time
each part of the work will be ready for such observation. Owner or Owner's Representative may
reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and
regardless of whether Owner's Representative has previously accepted the work. If any such work
should be covered without approval or consent of the Owner, it must, if requested by Owner or
Owner's Representative, be uncovered for examination at Contractor's expense. In the event that
any part of the work is being fabricated or manufactured at a location where it is not convenient for
Owner or Owner's Representative to make observations of such work or require testing of said work,
then in such event Owner or Owner's Representative may require Contractor to furnish Owner or
Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing
and Materials or such other applicable organization as may be required by law or the contract
documents.
If any such work which is required to be inspected, tested, or approved is covered up without written
approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or
Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The
cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise
provided herein. Any work which fails to meet the requirements of any such tests, inspections or
approvals, and any work which meets the requirements of any such tests or approvals but does not
meet the requirements of the contract documents shall be considered defective, and shall be corrected
at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals
made by Owner, Owner's Representative, or other persons authorized under the contract documents
22
23
to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to
perform the work in accordance with the requirements of the contract documents.
DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the
work for use in the work or selected for the same, shall be deemed by the Owner or Owner's
Representative as unsuitable or not in conformity with plans, specifications and/or contract
documents, the Contractor shall, after receipt of written notice thereof from the Owner's
Representative, forthwith remove such material and rebuild or otherwise remedy such work so that
it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner
may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated,
or any part thereof, either before or after the beginning of the construction, without affecting the
validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute
the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If
they increase the amount of work, and the increased work can fairly be classified under the
specifications, such increase shall be paid according to the quantity actually done and at the unit
price established for such work under this contract; otherwise such additional work shall be paid for
as provided under Extra Work. hi case the Owner shall make such changes or alterations as shall
make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for actual expenses
incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that
may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish
any change, alteration or addition to the work as shown on the plans and specifications or contract
documents and not covered by Contractor's proposal, except as provided under Changes and
Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's
Representative when presented with a written work order signed by the Owner's Representative;
subject, however, to the right of the Contractor to require written confirmation of such extra work
order by the Owner. It is also agreed that the compensation to be paid to the Contractor for
performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1)
actual field cost of the extra work, plus fifteen (15%) percent to the firm
actually performing the work, and additional higher -tier markups limited to
5% to cover additional overhead and insurance costs; or (2) the amount that
would have been charged by a reasonable and prudent Contractor as a
reasonable and necessary cost for performance of the extra work, as estimated
by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of
this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all
workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks,
rentals on machinery and equipment, for the time actually employed or used on such extra work,
plus actual transportation charges necessarily incurred, together with all expenses incurred directly
on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds,
Public Liability and Property Damage and Workers' Compensation and all other insurances as may
be required by law or ordinances or directed by the Owner or Owner's Representative, or by them
agreed to. Owner's Representative may direct the form in which accounts of the actual field cost
shall be kept and records of these accounts shall be made available to the Owner's Representative.
The Owner's Representative may also specify in writing, before the work commences, the method
of doing the work and the type and kind of machinery and equipment to be used; otherwise, these
matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use
of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the
latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and
equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and
expense not embraced within the actual field cost as herein defined, save that where the Contractor's
Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to
maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's
Representative. In case any orders or instructions appear to the Contractor to involve extra work for
which Contractor should receive compensation or an adjustment in the construction time, Contractor
shall prior to commencement of such extra work, make written request to the Owner's Representative
for a written order authorizing such extra work. Should a difference of opinion arise as to what does
or does not constitute extra work or as to the payment therefore, and the Owner's Representative
insists upon its performance, the Contractor shall proceed with the work after making written request
for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the
commencement of any extra work, any claim for payment due to alleged extra work shall be deemed
waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the
proposal, the specifications, plans and other contract documents, is to be done for the prices quoted
by the Contractor and that such price shall include all appurtenances necessary to complete the work
in accordance with the intent of these contract documents as interpreted by Owner's Representative.
Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Owners' Representative and a clarification obtained before the proposals
are received, and if no such notice is received by the Owner's Representative prior to the
opening of proposals, then it shall be deemed that the Contractor fully understands the work
to be included and has provided sufficient sums in its proposal to complete the work in
accordance with these plans and specifications. If Contractor does not notify Owner's
Representative before offering of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of the
project. It is further agreed that any request for clarification must be submitted no later than
five (5) calendar days prior to the opening of proposals. In the absence of a requested
clarification for a conflict in the documents prior to proposals being reviewed, it will be
assumed that the Contractor proposes the higher cost alternative on conflicts identified after
proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure
the quality of work with the rate of progress required under this contract, the Owner or Owner's
Representative may order the Contractor in writing to increase their safety or improve their character
and efficiency and the Contractor shall comply with such order. If, at any time, the working force
of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so
ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable
assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL
INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance
with an insurance company licensed to transact business in the State of Texas, which policy shall
comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all
times exercise reasonable precaution for the safety of employees and others on or near the work and
shall comply with all applicable provisions of federal, state and municipal laws and building and
construction codes. All machinery and equipment and other physical hazards shall be guarded in
accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or
regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and Engineer and all of its officers, agents and employees against any all losses,
costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown,
fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to,
attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the
Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission,
execution and/or supervision of this contract, and the project which is the subject matter of this
contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion
as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice
which may be given by the Owners or the Owner's Representative concerning omissions under this
paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall
not be construed as any assumption of duty to supervise safety precautions by either the Contractor
or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to
the City and written notice of cancellation or any material change will be provided ten (10) calendar
days in advance of cancellation or change. All policies of insurance, required herein, including
policies of insurance required to be provided by Contractor and its subcontractors, shall contain a
waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation
that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City
in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract,
insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall
be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, whether
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverages shall
be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
Commercial General Liability Requirements: $ 1 M occurrence / $2M aggregate (can be combined
with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the
most important of all insurance policies in a contractual relationship. It insures the Contractor has
broad liability coverage for contractual activities and for completed operations.
Commercial General Liability to include Products — Completion/OP, Personal and Advertising
Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person).
Automatically add an excess liability of $4M.
Commercial General Liabili . HeavyEquipment Endorsement: Heavy equipment endorsement is
required
Commercial General Liability Digging Endorsement: XCU endorsement is required
Automobile Liabilitequirements: $1M/occurrence is needed
Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a
minimum, the insurance should cover the full insurable value of the improvements.
Workers Compensation Requirements: Employer Liability ($1M) is required with Workers
Compensation.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies except
professional liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
* Carriers must meet a A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the Contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas
Labor Code) - includes all persons or entities performing all or part of the services
the Contractor has undertaken to perform on the project, regardless of whether that
person contracted directly with the Contractor and regardless of whether that person
has employees. This includes, without limitation, independent contractors,
subcontractors, leasing companies, motor carriers, owner -operators, employees of
any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service
related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable
toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and
provide to the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the Contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to
provide services on the project, to:
(a) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(c) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
proj ect;
(d) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on
the project; and
(2) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
(g) contractually require each person with whom it contracts to perform as
required by paragraphs (a) - (g), with the certificates of coverage to be
provided to the person for whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of
coverage, the Contractor is representing to the governmental entity that all employees
of the Contractor who will provide services on the project will be covered by worker's
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a
self -insured, with the commission's Division of Self -Insurance Regulation. Providing
false or misleading information may subject the Contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract
by the Contractor which entitles the governmental entity to declare the contract void
if the Contractor does not remedy the breach within ten days after receipt of notice of
breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit
to the Owner for approval five Certificates of Insurance covering each insurance policy
carried and offered as evidence of compliance with the above insurance requirements, signed
by an authorized representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date
borne by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the
named insured at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change
in or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof)
contained in the job specifications. No substitute of nor amendment thereto will be
acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete
proj ect.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the
duration of the project based on proper reporting of classification codes and
payroll amounts and filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to
the governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the coverage
period shown on the Contractor's current certificate of coverage ends during
the duration of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
proj ect; and
(ii) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of
any change that materially affects the provision of coverage of any person
providing services on the project;
(g) post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may
verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Texas Worker's
Compensation Act or other commission rules. This notice must be printed
with a title in at least 30-point bold type and text in at least 19-point normal
type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing
services related to this construction project must be covered by workers'
compensation insurance. This includes persons providing, hauling, or
delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their
employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or
512-804-4000 (www.tastate.tx.us) to receive information of the legal
requirements for coverage, to verify whether your employer has provided
the required coverage, or to report an employer's failure to provide
coverage; " and
(h) contractually require each person with whom it contracts to provide services
on aproject, to:
(i) provide coverage based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements for all of its
employees providing services on the project, for the duration of the
proj ect;
(ii) provide a certificate of coverage to the Contractor prior to that person
beginning work on the project;
(iii) include in all contracts to provide services on the project the following
language:
"By signing this contract or providing or causing to
be provided a certificate of coverage, the person
signing this contract is representing to the
governmental entity that all employees of the
person signing this contract who will provide
services on the project will be covered by workers'
compensation coverage for the duration of the
project, that the coverage will be based on proper
reprinting of classification codes and payroll
amounts, and that all coverage agreements will be
filed with the appropriate insurance carrier or, in
the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing
false or misleading information may subject the
Contractor to administrative penalties, criminal
penalties, civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(v) obtain from each other person with whom it contracts, and provide to
the Contractor:
(1) a certificate of coverage, prior to the other person beginning
work on the project; and
(2) prior to the end of the coverage period, a new certificate of
coverage showing extension of the coverage period, if the
coverage period shown on the current certificate of coverage
ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project; and
(viii) contractually require each other person with whom it contracts, to
perform as required by paragraphs (i)-(viii), with the certificate of
coverage to be provided to the person for whom they are providing
services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with
Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability
because of the disability of such individual in regard to job application procedures, the hiring,
advancement, or discharge of employees, employee compensation, job training, and other terms,
conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN
AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph
27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of
its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages,
expenses and causes of action arising out of, in any way, manner or form, the demands of
subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts
thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the
project which is the subject matter of this contract. When Owner so desires, the Contractor shall
furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design,
device, material or process covered by letters patent or copyright by suitable legal agreement with
the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided
by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement
of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its
officers, agents and employees harmless from any loss on account thereof, except that Owner shall
defend all such suits and claims and shall be responsible for all such loss when a particular design,
device, material or process or the product of a particular manufacturer or manufacturers is specified
or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save
Owner, and all of its officers, agents and employees harmless from any loss on account thereof.
Notwithstanding anything herein to the contrary, if the material or process specified or required by
Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless
it gives written notice of such infringement to the Owner's Representative prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances
and regulations, which in any manner affect the contract or the work, and without limiting, in any
way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall
indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees
against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and
specifications are at variance therewith, he shall notify the Owner's Representative in writing prior
to proposing and any necessary changes shall be adjusted as provided in the contract for changes in
the work. In the absence of timely written notification to Owner's Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at
variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If
the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear
all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its
powers, insofar as the same regulates the obj ects for which, or the manner in which, or the conditions
under which the Owner may enter into contracts, shall be controlling, and shall be considered as part
of this contract to the same effect as though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the
fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from its full obligations to the Owner, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the
date of beginning and time for completion as specified in the Notice to Proceed and contract
documents, respectively, of work to be done hereunder are essential conditions of this contract; and
it is further mutually understood and agreed that the work embraced in this contract shall be
commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time
herein specified, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the
sum of $500 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated
damages for the breach of the contract as herein set forth for each and every working day that the
Contractor shall be in default after the time stipulated for substantially completing the work.
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein
specified, then the Contractor does hereby agree as part of the consideration for the awarding of this
contract, the Owner may withhold permanently from Contractor's total compensation, the sum of
$500 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for
the breach of the contract as herein set forth for each and every working day that the Contractor shall
fail to meet the time requirements stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for
the substantial completion of the work described herein is reasonable time for the completion of the
same, taking into consideration the average climatic range and conditions and usual industrial
conditions prevailing in this locality. The amount is fixed and agreed upon by and between the
Contractor and the Owner because the actual damages the Owner would sustain in such event would
be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable
forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to
be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND
OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the
Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner
as shall be most conductive to economy of construction. The Contractor shall ensure daily
prosecution of the work is conducted every business day until completed, regardless if the work will
be substantially or finally complete ahead of specified deadlines in the agreement, unless the City
determines time off from said prosecution is necessary or reasonable and Contractor received said
determination in writing from the City. Further, when the Owner is having other work done, either
by contract or by its own force, the Owner's Representative (as distinguished from the Resident
Project Representative) may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for
the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason
consistent, daily prosecution of the work may not take place on those inclement weather days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's
Representative, schedules which shall show the order in which the Contractor intends to carry on
the work, with dates at which the Contractor will start the several parts of the work and estimated
dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for
the completion of this project, taking into consideration the average climatic range and industrial
conditions prevailing in this locality, and has considered the liquidated damage provisions of
paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it
request, an extension of time on this contract, except when its work has been delayed by an act or
neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or
the public enemy, fire or flood. Any request for extension shall be in writing with the written request
for same setting forth all justifications, in detail, for the request, and submitted to Owner's
Representative within twenty (20) calendar days of the occurrence of the event causing said delay.
A failure by Owner's Representative to affirmatively grant the extension no later than within twenty
(20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further,
in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the
time herein fixed, Contractor has taken into consideration and made allowances for all hindrances
and delays incident to such work, whether growing out of delays due to unusual and unanticipated
circumstances, difficulties or delays in securing material or workers, or any other cause or
occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause
during the progress of any part of the work embraced in this contract except where the work is
stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which
event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or
computed length, area, solid contents, number and weight only shall be considered, unless otherwise
specifically provided. In the event this contract is let on a unit price basis, then Owner and
Contractor agree that this contract, including the specifications, plans and other contract documents
are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown, and only when same are expressly stated to be estimates, for the
various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for
comparing their proposals offered for the work. In the event the amount of work to be done and
materials to be furnished are expressly stated to be estimated, and only when same are expressly
stated to be estimated, it is understood and agreed that the actual amount of work to be done and the
materials to be furnished under this contract may differ somewhat from these estimates, and that
where the basis for payment under this contract is the unit price method, payment shall be for the
actual amount of work done and materials furnished on the project, provided that the over run or
under run of estimated quantities not exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in
any way encountered, which may be injured or seriously affected by any process of construction to
be undertaken under this agreement, from any damage or injury by reason of said process of
construction; and Contractor shall be liable for any and all claims for such damage on account of his
failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the
indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save
and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against
any and all claims or damages due to any injury to any adjacent or adjoining property, related to,
arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion
of all work by the Contractor, and on the delivery of all materials embraced in this contract in full
conformity with the specifications and stipulations herein contained, the Owner agrees to pay the
Contractor the price set forth in the proposal attached hereto, which has been made a part of this
contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials
and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for
well and truly performing the same and the whole thereof in the manner and according to this
agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the
performance of the contract, either wholly or in part, nor shall any certificate or payment be
considered as acceptance of defective work. Contractor shall at any time requested during the
progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final
payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no
outstanding liens against Owner's premises by reason of any work under the contract. Acceptance
by Contractor of final payment of the contract price shall constitute a waiver of all claims against
Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in
this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment or, if the Contractor does not submit such application, the Owner's
Representative shall determine the amount to be partially paid. Owner's Representative shall review
said application for partial payment if submitted, and the progress of the work made by the
Contractor and if found to be in order, shall prepare a certificate for partial payment showing as
completely as practical the total value of the work done by the Contractor up to and including the
last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total
amount of the Owner's Representative's Certificate of Partial Payment, less:
(i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof,
which 5% shall be retained until final payment, and further, less all previous payments and all further
sums that may be retained by Owner under the terms of the contract documents; or
(ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount
thereof, which percentage shall be retained until final payment, and further, less all previous payments
and all further sums may be retained by Owner under the terms of the contract documents
("Retainage").
If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract,
the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in
this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it
engages to comply with section 2252.032 of the Texas Government Code.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other
rights to enforce the express terms of the contract documents, and all remedies provided therein, as
to any and all work performed, to be performed and/or materials delivered hereunder, including, but
limited to, work to which said partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within
fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice
that the work has been substantially completed, the Owner's Representative and/or the Owner shall
inspect the work and within said time, if the work be found to be substantially completed in
accordance with the contract documents, the Owner's Representative shall issue to the Owner and
Contractor a certificate of substantial completion. The work will be deemed substantially complete
when the work (or a specified portion thereof) has progressed to the point where, in the opinion of
the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently
complete, in accordance with all the contract documents, including the Proposal and all applicable
technical specifications, so that the work (or a specified portion thereof) can be utilized for the
purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion,
release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial
completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a
certificate of substantial completion, Contractor shall proceed with diligence to finally complete the
work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon
written notice of final completion, the Owner's Representative shall proceed to make final
measurement to determine whether final completion has occurred. If the Owner's Representative
determines final completion has occurred, Owner's Representative shall so certify to the Owner.
Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor
on or before the 31st working day after the date of certification of final completion, the balance due
Contractor under the terms of this agreement. Neither the certification of final completion nor the
final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or
any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release
all or a portion of the Retainage for fully completed and accepted portions of the work.
Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute
between Owner and Contractor according to section 2252.032(f) of the Texas Government Code.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's
Representative on account of failure to conform to the contract documents, whether actually
incorporated in the work or not, and Contractor shall at its own expense promptly replace such
M
condemned materials with other materials conforming to the requirements of the contract
documents. Contractor shall also bear the expense of restoring all work of other contractors damaged
by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time but not to exceed 30 days after a written notice by the
Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees
and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration
or other dispute resolution cost) arising out of or relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any
provision in the contract documents shall relieve the Contractor of responsibility for faulty materials
or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to
other work resulting therefrom, which shall appear within a period of one (1) year from the date of
certification of final completion by Owner's Representative.
PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence,
withhold or nullify the whole or part of any certification to such extent as may be necessary to protect
itself from loss on account of:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by
Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory
to the Owner, in the amount withheld, payment shall be made for amounts withheld because
of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar
days after the Owner's Representative has given any direction, order or instruction to which the
Contractor desires to take exception. Timely written notice of dispute as provided in this contract
of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing
and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters
set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative
within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said
objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial
by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further
agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims
of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's
agents and employees and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15)
calendar days after written notification from the Owner or the Owner's Representative, or (2) if the
Contractor fails to comply with the written orders of the Owner's Representative, when such orders
are consistent with this contract, then the Surety on the bond shall be notified in writing and directed
to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a
bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-
compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove
from the work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under the contract for work, may be held for use on the
work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work;
and the Contractor shall not receive any rental or credit therefore (except when used in connection
with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract);
it being understood that the use of such equipment and materials will ultimately reduce the cost to
complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance
with the notice hereinbefore provided within ten (10) calendar days after service of such notice,
and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance
with all terms and provisions of the contract documents, then the Owner may exercise any and all
remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to,
providing for completion of the work in either of the following elective manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools,
materials and supplies as said Owner may deem necessary to complete the work and charge
the expense of such labor, machinery, equipment, tools, materials and supplies to said
Contractor, and the expense so charged shall be deducted and paid by the Owner out of such
moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have
been payable under this contract, if the same had been completed by the Contractor, then
said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the
Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice
in a newspaper having a general circulation in the County of location of the work, may let
the contract for the completion of the work under substantially the same terms and conditions
which are provided in this contract. In case of any increase in cost to the Owner under the
new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore.
Should the cost to complete any such new contract prove to be less than that which would
have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the
work shall have been finally completed, the Contractor and his Surety shall be so notified and
certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A
complete itemized statement of the contract accounts, certified to by Owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, if applicable,
whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as
reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that
which would have been the cost to the Owner had the work been completed by the Contractor under
the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the
balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or
supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if
applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or
his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be
mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this
contract; provided, however, that actual written notice given in any manner will satisfy this
condition. After mailing, or other giving of such notice, such property shall be held at the risk of
the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary
care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner
may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from
such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at
either public or private sale, with or without notice, as the Owner may elect. The Owner shall release
any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to
persons other than the Contractor or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the
extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the
remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner,
and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise
concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or
otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work
actually performed by Contractor and/or its subcontractors as set forth in the contract documents,
and Owner shall not be liable for any consequential, punitive or indirect loss or damage that
Contractor may suffer in connection with the project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract
price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that
said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner,
and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to
do business in the State of Texas. It is further agreed that this contract shall not be in effect until
such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event
the special conditions shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the
nature of the work to be done, or from the action of the elements, or from any unforeseen
circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or
otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne
by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power
and authority to direct, supervise, and control its own employees and to determine the method of the
performance of the work covered hereby. The fact that the Owner or Owner's Representative shall
have the right to observe Contractor's work during Contractor's performance and to carry out the
other prerogatives which are expressly reserved to and vested in the Owner or Owner's
Representative hereunder, is not intended to and shall not at any time change or effect the status of
the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the
work, and at the completion of the work Contractor shall remove all such debris and also its tools,
scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work
shall be left in good order and condition. In case of dispute Owner may remove the debris and
charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated
thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products
or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in
the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by
any party, on the Project site, or any other property of the City, without the written consent of the
Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance,
hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of
the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum
products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and
request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative
may grant or deny the request of Contractor and provide whatever requirements such consent, if
granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not
granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt
of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be
responsible for ensuring that all personnel involved in the Project are (i) trained for the level of
expertise required for proper performance of the actions contemplated by this Contract and, in
particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances,
hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and
utilize all protective equipment, including without limitation, personal protective gear, necessary to
provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City
Council of the City of Lubbock for the goods or services provided under the contract, the City will
terminate the contract, without termination charge or other liability, on the last day of the then -
current fiscal year or when the appropriation made for the then -current year for the goods or services
covered by this contract is spent, whichever event occurs first. If at any time funds are not
appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or
a duly authorized audit representative of the City, or the State of Texas, at its expense and at
reasonable times, reserves the right to audit Contractor's records and books relevant to all services
provided under this Contract. In the event such an audit by the City reveals any errors/overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30)
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing
the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative
and not exclusive, and may be exercised concurrently. To the extent of any conflict between this
provision and another provision in, or related to, this document, this provision shall control.
59. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided
herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no
force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code, shall properly classify, as an employee or independent contractor in accordance
with Chapter 201, any individual the person directly retains and compensates for services performed
in connection with the contract. (b) In this subsection, "subcontractor" means a person directly
retained and compensated by a person who contracts with a governmental entity to provide a service
as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an
employee or independent contractor in accordance with Chapter 201, any individual the subcontractor
directly retains and compensates for services performed in connection with the contract for which the
subcontractor is retained. (c) A person who fails to properly classify an individual as required by
Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the
person has not properly classified. (d) The commission may not take action to collect a penalty under
this section from a person after the third anniversary of the date on which the violation occurred.
61. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code.
Section 2252.908 requires a business entity entering into certain contracts with a governmental entity
or state agency to file with the governmental entity or state agency a disclosure of interested parties
at the time the business entity submits the signed contract to the governmental entity or state agency.
Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting
business entity, acknowledging that the disclosure is made under oath and under penalty of perjury.
Section 2252.908 applies only to a contract that requires an action or vote by the governing body of
the governmental entity or state agency before the contract may be signed or has a value of at least
$1 million. Instructions for completing Form 1295 are available at:
https://c i.lubbock.tx.us/departments/purchasing/vendor-information
62. TEXAS GOVERNMENT CODE SECTION 2252.152
Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization
Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from
entering into a contract with a vendor that is identified by The Comptroller as a company known to
have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist
organization.
63. TEXAS GOVERNMENT CODE SECTION 2271.002
Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a
contract that: (1) is between a governmental entity and a company with 10 or more full-time
employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public
funds of the governmental entity. (b) A governmental entity may not enter into a contract with a
company for goods or services unless the contract contains a written verification from the company
that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract.
64. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions
provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall
be of no force or effect.
65. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and
the contractor or vendor agrees that the contract can be terminated if the contractor or vendor
knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent
Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1)
preserve all contracting information related to the contract as provided by the records retention
requirements applicable to the governmental body for the duration of the contract; (2) promptly
provide to the governmental body any contracting information related to the contract that is in the
custody or possession of the entity on request of the governmental body; and (3) on completion of
the contract, either: (A) provide at no cost to the governmental body all contracting information
related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements applicable to
the governmental body.
66. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without prior
written consent of the City, unless otherwise required by law.
67. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials,
officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any
kind, character, type, or description, including without limiting the generality of the foregoing, all
expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to
any property, received or sustained by any person or persons or property, to the extent arising out
of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or
subcontractors, related to the performance, operations or omissions under this agreement and/or the
use or occupation of city owned property. The indemnity obligation provided herein shall survive
the expiration or termination of this agreement.
68. PROFESSIONAL RESPONSIBILITY
All architectural or engineering services to be performed shall be done with the professional skill
and care ordinarily provided by competent architects or engineers practicing under the same or
similar circumstances and professional license.
69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C
(b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or
insufficiency in the plans, specifications, or other design documents, disclose in writing to the
person with whom the contractor enters into a contract the existence of any known defect in the
plans, specifications, or other design documents that is discovered by the contractor, or that
reasonably should have been discovered by the contractor using diligence, before or during
construction. In this subsection, ordinary diligence means the observations of the plans,
specifications, or other design documents or the improvement to real property that a contractor
would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal
circumstances. Ordinary diligence does not require that the contractor engage a person licensed or
registered under Title 6, Occupations Code, or any other person with specialized skills. A
disclosure under this subsection is made in the contractor's capacity as contractor and not as a
licensed professional under Title 6, Occupations Code.
(c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the
consequences of defects that result from the failure to disclose.
70. GOVERNMENT CODE 2251.0521 UNSIGNED CHANGE ORDER
(a) A contractor or subcontractor may elect not to proceed with additional work directed by a
governmental entity if: (1) the contractor or subcontractor has not received a written, fully
executed change order for the governmental entity -directed additional work; and (2) the aggregate
actual or anticipated value of the additional work plus any previous governmental entity -directed
additional work for which the contractor or subcontractor has not received a written, fully executed
change order exceeds 10 percent of the contractor 's or subcontractor 's original contract amount.
(b) contractor or subcontractor who elects not to proceed with additional work as provided by this
section is not responsible for damages associated with the election not to proceed.
DAVIS BACON WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
Page Intentionally Left Blank
"General Decision Number: TX20240002 01/05/2024
Superseded General Decision Number: TX20230002
State: Texas
Construction Types: Heavy and Highway
Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock,
Midland, Potter, Randall, Taylor and Tom Green Counties in Texas.
HEAVY & HIGHWAY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
JIf the contract is entered Executive Order 14026
linto on or after January 30, generally applies to the
12022, or the contract is contract.
renewed or extended (e.g., an The contractor must pay
loption is exercised) on or all covered workers at
after January 30, 2022: least $17.20 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2024. 1
If the contract was awarded on
or between January 1, 2015 and
January 29, 2022, and the
contract is not renewed or
extended on or after January
30, 2022:
Executive Order 13658
generally applies to the
contract.
The contractor must pay alli
covered workers at least
$12.90 per hour (or the
applicable wage rate listedi
on this wage determination,
if it is higher) for all
hours spent performing on
that contract in 2024. 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
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.
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($17.20) or 13658
($12.90). Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAW"' denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis -Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
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"
Page Intentionally Left Blank
EXHIBIT B & C
City of Lubbock
Overtime
Legal Holiday
Prevailing Wage Rates
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
Page Intentionally Left Blank
SPECIFICATIONS
Page Intentionally Left Blank
Cit of
Lubbock
T E X 4 S
Water Line Change Out Phase 6
1►r �;tyof
tubbock
TECHNICAL SPECIFICATIONS
January 2024
JAMES DEAN
.............................
�'• 151198
Water Line Change Out Phase 6 01010-1 January 2024
tv of
Lubbock
TABLE OF CONTENTS
CITY OF LUBBOCK
WATER LINE CHANGE OUT PHASE 6
SECTION 01010: SUMMARY OF WORK.................................................................................................3
SECTION 01019: CONTRACT CONSIDERATIONS................................................................................7
SECTION 01020: MEASUREMENT AND PAYMENT.............................................................................8
SECTION 01028: CHANGE ORDER PROCEDURES.............................................................................12
SECTION 01039: COORDINATION AND MEETINGS..........................................................................15
SECTION 01140: WORK RESTRICTIONS..............................................................................................18
SECTION 01300: SUBMITTAL PROCEDURES......................................................................................21
SECTION 0 13 10: PROGRESS SCHEDULES...........................................................................................25
SECTION 01356: STORMMWATER POLLUTION PREVENTION MEASURES................................27
SECTION 01400: QUALITY REQUIREMENTS......................................................................................31
SECTION 01410: TESTING LABORATORY SERVICES.......................................................................35
SECTION 01555: BARRICADES, SIGNS, AND TRAFFIC HANDLING..............................................38
SECTION 01576: WASTE MATERIAL DISPOSAL................................................................................39
SECTION 01700: CONTRACT CLOSEOUT............................................................................................41
SECTION 02221: REMOVING EXISTING PAVEMENTS......................................................................43
SECTION 02240: DEWATERING.............................................................................................................45
SECTION 02257: CONTROLLED LOW STRENGTH MATERIAL - FLOWABLE FILL ....................49
SECTION 02260: EXCAVATION SUPPORT AND PROTECTION.......................................................52
SECTION 02317: EXCAVATION AND BACKFILL FOR UTILITIES..................................................55
SECTION 02320: UTILITY BACKFILL MATERIALS...........................................................................65
SECTION 02445: BORES AND ENCASEMENTS...................................................................................69
SECTION 02510: REDUCED PRESSURE ZONE DEVICES FOR WATER DISTRIBUTION .............74
SECTION 02611: STEEL CASING PIPE..................................................................................................82
SECTION 02665: WATER PIPING, VALVES, AND FITTINGS............................................................86
SECTION 03300: CAST -IN -PLACE CONCRETE..................................................................................100
Water Line Change Out Phase 6 01010-2 January 2024
tv of
Lubbock
SECTION 01010: SUMMARY OF WORK
PART1 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:
Mike Keenum, P.E., CFM
City Engineer
City of Lubbock
O: (806) 775-3397
(2) The Project Manager is:
James Dean
Civil Engineer
CIP and Design
City of Lubbock
O: (806) 775-3254
C. Section includes:
(1) Definitions
(2) Project description
(3) Permits and licenses
(4) Access to site
(5) Contractor's use of the premises
(6) Project schedule
(7) Security Procedures
(8) Coordination requirements
(9) Pre -construction meeting
(10) Warranty
1.2 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for unloading and
replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including unloading,
unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring,
working, finishing, curing, protecting, cleaning, and similar operations.
C. Provide: To furnish and install products.
Water Line Change Out Phase 6 01010-3 January 2024
tv of
*Lubbock
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract
documents.
1.3 PROJECT DESCRIPTION
A. The purpose of this project is to replace aging waterlines in Central Lubbock to ensure
reliable water service.
B. Major work items are:
(1) Cut, plug, and abandon existing 2" waterlines in the following locations
(a) Eastbound Alley off Avenue U between 34th and 35th Street
(b) Alley between Avenue U and Avenue S from 35th to 36th Street
(c) Alley between Avenue U and Avenue S from 36th to 37th Street
(d) Alley between Avenue U and Avenue S from 37th to 38th Street
(e) Alley between Avenue U and Avenue S from 38th to 39th Street
(f) Alley between Avenue U and Avenue S from 39th to 40th Street
(g) Alley between Avenue U and Avenue S from 40th to 41st Street
(2) Cut, plug, and abandon existing 4" waterline at the following location:
(a) Alley between Vicksburg Avenue and Toledo Avenue from IOth to I Ith Street
(3) Connect to existing waterlines alongside all adjacent roads connected by respective alleys
(4) Provide and install new 6" C-900 DR-18 water line in alley, including reducers, shut-off
gate valves and bends installed by trench or other than open cut methods.
(5) Connect new 6" water line to existing services and meters, including fire hydrants.
(6) Repair streets, ditches and driveway approaches to prior conditions as required.
(7) Furnish and reconnect 3/4"-2" service lines as required.
C. The Contractor shall furnish all labor, equipment, and materials required for the complete
construction of the work as shown on the drawings and specified herein.
D. All work shall be performed in accordance with the most recent City of Lubbock Design
Standards for Water and Sanitary Sewer construction.
E. A maximum of 500 feet of trench open at a time.
F. Contractor shall set up and maintain traffic control as required to complete the work as shown
on the drawings and specified herein.
1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb,
sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition
equal to that before the work began to the satisfaction of the Engineer.
1.5 PERMITS AND LICENSES
Water Line Change Out Phase 6 01010-4 January 2024
tv of
*Lubbock
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 with in the alley right of way.
1.7 CONTRACTOR'S USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either exclusively or
in conjunction with others performing other construction as part of the project, is restricted to
the area shown on the site plan of the contract drawings unless the Contractor makes
arrangements to use additional space with the Owner.
B. The contractor shall ensure that any disturbed area is left in a condition equal to or better
condition before finishing construction in the area.
1.8 PROJECT SCHEDULE
A. The Work summarized above shall be substantially completed within 335 calendar days from
the date of the Notice to Proceed.
B. There will be a $500.00 per day liquidated damages for each day that exceeds the 335 day
limit.
C. Within five (5) business days after the date of the Substantial Completion Certificate, the
Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion.
D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch
List. There shall be $500 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.
Water Line Change Out Phase 6 01010-5 January 2024
tv of
*Lubbock
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
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
Water Line Change Out Phase 6 01010-6 January 2024
tv of
*Lubbock
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:
(1) Schedule of Values
(2) Application for Payment
(3) Payment Retainage
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 loth 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
Water Line Change Out Phase 6 01019-7 January 2024
tv of
*Lubbock
SECTION 01020: MEASUREMENT AND PAYMENT
GENERAL
1.1 SCOPE
A. The following sections shall be used to define measurements and payments for this project.
The unit price bid on each item as stated in the bid proposal shall include furnishing all labor,
superintendence, machinery, equipment, and materials except as otherwise specified, necessary
or incidental to complete the various items of work in accordance with the plans and
specifications. Cost of work or materials shown on the plans or called for in the specifications
and on which no separate payment is made shall be included in the bid prices on the various
pay items. Payment will not be made for any item that is not complete, including all associated
incidental work. Only those items indicated on bid documents and plan sheets will be included
for construction and payment.
1.2 MOBILIZATION
A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for
construction items (materials and labor) bid for this project.
B. Mobilization shall include costs associated with move -in related equipment and labor, bid
bond, performance and construction bonds and insurance related for this project. This would
include the establishment and removal of offices, plants and facilities, movement of personnel,
equipment, and supplies to and from the project or the vicinity of the project site to begin work
or complete work on Contract Items. This Item will be measured by the lump sum as the work
progresses.
1.3 TRAFFIC CONTROL
A. A traffic control plan must be maintained for the duration of the project. This includes
supplying and designing a traffic control plan as well as any coordination with adjacent
property tenants regarding any changes that may impact operations, parking, etc... The unit
price bid shall include furnishing and placing all materials and signage necessary to implement
the traffic control plan provided.
1.4 STORM WATER POLLUTION PREVENTION PLAN
Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan.
Partial payment will be made on a pro-rata basis as a percentage of the construction contract
duration. The sum of the partial payments made for storm water pollution prevention shall not
exceed 90% of the lump sum price bid for storm water pollution prevention prior to the
termination of the construction contract. No partial payment will be made for partial storm
water pollution prevention measures. Payment shall not be made for this item where the Owner
determines a lack of evidence that storm water pollution prevention measures were used, or
that the measures installed do not meet the requirements of the plan. No additional payments
will be allowed where storm water pollution prevention is required because of work being
remedied due to not meeting the requirements of the plans and specifications. The unit price
bid shall include furnishing and installing all materials, filing Notice of Intent/Termination
forms, inspections, maintenance, silt fences, hay bales, sand bags, diversion swales and any
other measure and/or incidentals required for compliance with NPDES Permit.
Water Line Change Out Phase 6 01019-8 January 2024
*Lubbock
1.5 TRENCH SAFETY
A. A Trench safety must be maintained for the duration of the project. This includes supplying
and placing trench safety equipment as required. Trench safety will be paid, by the linear foot,
of trench constructed that necessitated trench safety. The unit price bid shall include furnishing
and placing all materials and signage necessary to implement trench safety to City of Lubbock
standards.
1.6 FURNISH AND INSTALL 6" C-900 PVC WATER PIPE IN OPEN CUT TRENCH
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.7 FURNISH AND INSTALL 6" GATE VALVE AND BOX
A. Measurement will be paid for at the unit bid price per 6" gave valve and box installed. The unit
bid shall include furnishing and installing all materials, fittings, excavation. Filling, backfilling,
and all incidentals necessary to complete the work to City of Lubbock standards.
1.8 FURNISH AND INSTALL 8" GATE VALVE AND BOX
A. Measurement will be paid for at the unit bid price per 8" gave valve and box installed. The unit
bid shall include furnishing and installing all materials, fittings, excavation. Filling, backfilling,
and all incidentals necessary to complete the work to City of Lubbock standards.
1.9 FURNISH AND INSTALL 6" INSERT -A -VALVE
A. Measurement will be paid for at the unit bid price per valve installed. The unit price bid shall
include furnishing and installing all materials, fittings, excavation, filling, backfilling, and all
incidentals necessary to complete the work to City of Lubbock standards.
1.10 FURNISH AND INSTALL 6"X 4" TAPPING SLEEVE AND VALVE
A. Measurement will be paid for at the unit bid price per linear foot of pipe installed. The unit
price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.11 FURNISH AND INSTALL 8" X 6" TAPPING SLEEVE AND VALVE
A. Payment for tapping sleeves will be made on number of tapping sleeves installed. The unit
price bid shall include furnishing and installing all materials, fittings and any excavation,
backfilling and all incidentals necessary to complete the work to City of Lubbock standards.
1.12 CUT, PLUG, AND ABANDON EXISTING 2" WATERLINE
A. Measurement will be paid for at the unit bid price per waterline plugged and abandoned. The
unit price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
1.13 CUT, PLUG, AND ABANDON EXISTING 4" WATERLINE
A. Measurement will be paid for at the unit bid price per waterline plugged and abandoned. The
unit price bid shall include furnishing and installing all materials, fittings, excavation, filling,
backfilling, and all incidentals necessary to complete the work to City of Lubbock standards.
Water Line Change Out Phase 6 01019-9 January 2024
of
Lubbock
1.14 FURNISH AND INSTALL FIRE HYDRANT AND RECONNECT
A. Payment for the installation of fire hydrant will be made on number of fire hydrants installed.
The unit price bid shall include furnishing and installing all materials, fittings, and any
excavation, backfilling and all incidentals necessary to complete the work to City of Lubbock
standards.
1.15 TIE INTO EXISTING WATERLINE
A. Payment for existing water line tie ins will be made on a size and number of water lines tied in
installed, basis. The unit price bid shall include furnishing and installing all materials and
fittings and any excavation, backfilling and all incidentals necessary to complete the work to
City of Lubbock standards.
1.16 FURNISH AND RECONNECT SERVICE TAPS
A. Payment for service taps will be made on a taps installed, basis. The unit price bid shall include
furnishing and installing all materials and fittings and any excavation, backfilling and all
incidentals necessary to complete the work to City of Lubbock standards.
1.17 FLOWFILL
A. Measurement of flowfill will be the volume, in cubic yards, of flowfill used. Payment will be
made at the unit price bid per cubic yard. The unit price bid shall include furnishing and
installing all flowfill requisites including labor and forms/trenching according to City of
Lubbock standards, compaction, testing and all incidentals necessary to complete the work.
1.18 ASPHALT REMOVAL
A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt
actually removed. Existing pavement structure will be considered all layers of material between
existing roadway surface and top of existing subgrade. Payment will be made at the unit price
bid per square yard of existing asphalt pavement structure removed. The Contractor shall
ensure that the Owner has the opportunity to measure the square yards of pavement surface
prior to removal. If pavement surface is removed without measurement by the Owner, no
payment will be made for that removal. The unit price bid shall include sawing, separating for
salvage, legal disposal, labor and equipment, and any incidental asphalt paving repair.
1.19 ASPHALT REPAIRS
A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt
actually repaired. Payment will be made at the unit price bid per square yard of asphalt
pavement structure repaired. The unit price bid shall include furnishing and installing all
materials, excavation, filling, backfilling, compaction, labor and equipment, and any
incidentals necessary to complete the work.
1.20 CONCRETE REMOVAL
A. Measurement will be made of the area, in square yards, of existing concrete pavement, valley
gutters, foundations, sidewalks, driveways, curb and gutter and other appurtenances actually
removed. Existing concrete pavement and valley gutters will be considered all layers of
material between existing roadway surface and top of existing subgrade. Payment will be made
at the unit price bid per square yard of concrete removed. The contractor shall ensure that the
Owner has the opportunity to measure the square yards of concrete prior to removal. If concrete
is removed without measurement by the Owner, no payment will be made for that removal.
Water Line Change Out Phase 6 01019-10 January 2024
tv of
*Lubbock
The unit price bid shall include sawing, separating for salvage, legal disposal, labor and
equipment, and any incidental concrete repair.
1.21 CONCRETE REPAIRS
A. Measurement will be made of the area, in square yards, of concrete repairs actually constructed.
Concrete repairs will be paid for at the unit price bid per square yard. The unit price bid shall
include furnishing and installing all materials, excavation, filling, backfilling, reinforcement,
forming, finishing, jointing, utility valve adjustments and all incidentals necessary to complete
the work.
B. PRODUCTS
Not Used
EXECUTION
Not Used
END OF SECTION
Water Line Change Out Phase 6 01019-11 January 2024
tv of
*Lub6ock
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 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
Water Line Change Out Phase 6 01028-12 January 2024
*Lubbock
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.
Water Line Change Out Phase 6 01028-13 January 2024
tv of
*Lubbock
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
Water Line Change Out Phase 6 01028-14 January 2024
tv of
Lubbock
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
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.
Water Line Change Out Phase 6 01039-15 January 2024
tv of
*Lubbock
D. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
1.7 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum monthly
intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at
meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as
appropriate to agenda topics for each meeting.
D. Tentative agenda:
(1) Review minutes of previous meetings.
(2) Review of Work progress.
(3) Field observations, problems, and decisions.
(4) Identification of problems which impede planned progress.
(5) Review of submittals schedule and status of submittals.
(6) Review of off -site fabrication and delivery schedules.
(7) Maintenance of progress schedule.
(8) Corrective measures to regain projected schedules.
(9) Planned progress during succeeding work period.
(10) Coordination of projected progress.
(11) Maintenance of quality and work standards.
(12) Effect of proposed changes on progress schedule and coordination.
(13) Other business related to Work.
E. Record minutes and distribute copies within five (5) days after meeting to Engineer,
participants, and those affected by decisions made.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Note used
END OF SECTION
Water Line Change Out Phase 6 01039-16 January 2024
tv of
Lubbock
PAGE LEFT INTENTIONALLY BLANK
Water Line Change Out Phase 6 01140-17 January 2024
tv of
Lubbock
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
Water Line Change Out Phase 6 01140-18 January 2024
tv of
Lubbock
(3) Memorial Day Holiday
(4) Independence Day Holiday
(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 Water
Line Change Out Phase 5.
(2) Based on the justification provided, the Owner may approve work outside regular hours.
(3) During periods of darkness, the different parts of the Work shall be lighted in a manner
approved by the Owner. Lighting shall be such that it does not cause nuisance
conditions.
D. The Drawings contain specific requirements that affect certain areas of the Work.
1.5 UTILITY CUTOVERS AND INTERRUPTIONS
A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of
sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor.
B. Water service connections shall be re -connected in a timely manner following installation of
the new water pipe.
1.6 NOISE RESTRICTIONS
A. 75 dB limit at face of nearest structure during normal daylight hours.
B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near
residential areas and for 24-hour working conditions that have received Owner approval.
Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m.
C. The Contractor shall keep on -site a hand portable sound measurement device for both the
Owner's and the Contractor's use for measuring noise levels.
1.7 ADVANCE NOTICE
A. The Contractor shall provide a minimum of five (5) days advance written notice of
construction to businesses and residences along the construction route.
B. The advance written notice shall be in the form of a single page flyer to be placed by hand by
the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at
each route building.
C. The text for the advance written notice will be approved by the Owner.
D. Reproduction shall be at the Contractor's expense.
E. Distribution shall be at the Contractor's expense.
F. Single page flyers shall be of a paper or post card color other than white to direct the
recipient's attention to the information.
Water Line Change Out Phase 6 01140-19 January 2024
*Lubbock
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).
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 1 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
Water Line Change Out Phase 6 01140-20 January 2024
tv of
Lubbock
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.
Water Line Change Out Phase 6 01300-21 January 2024
tv of
*Lubbock
H. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
I. Provide space for Contractor and Engineer review stamps.
J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
K. Use only final submittals with mark indicating action taken by Owner or Engineer in
connection with the construction.
L. Submittals not requested will not be recognized or processed.
1.3 RE -SUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and re -submit to meet requirements as specified.
B. Identify all changes made since previous submittal.
C. Mark as RESUBMITTAL.
D. Re -use original transmittal number and supplement with sequential alphabetical suffix for
each re -submittal (le. 0001-A).
PART 2 PRODUCTS
2.1 ACTION SUBMITTALS
A. Prepare and submit Action Submittals required by individual Specification Sections.
B. Submit three (3) copies of each submittal, unless otherwise indicated.
(1) The three (3) copies will be retained by the Owner's representative.
(2) Any additional copies that the Contractor may need for his operations will be in
addition to the three (3) copies required.
2.2 PROPOSED PRODUCTS LIST
A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major
products proposed for use, with name of manufacturer, trade name, and model or catalog
designation, and reference standards.
B. For products specified only by reference standards, give manufacturer, trade name, model or
catalog designation, and reference standards.
C. Collect information into a single submittal for each element of construction and type of
product or equipment.
D. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
E. Include recommendations for application and use, compliance with specified standards of
trade associations and testing agencies.
F. Include notation of special coordination requirements for interfacing with adjacent work.
G. After review, distribute in accordance with Article on Procedures above and provide copies
for Record Documents described in Section 01700 — Contract Closeout.
2.3 SHOP DRAWINGS
A. Prepare Project specific information, drawn accurately to scale.
Water Line Change Out Phase 6 01300-22 January 2024
tv of
*Lubbock
B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed
data.
C. Include the following information, as applicable:
(1) Dimensions
(2) Identification of products
(3) Fabrication and installation drawings
(4) Schedules
(5) Design calculations
(6) Compliance with specified standards
(7) Notation of coordination requirements
(8) Notation of dimensions established by field measurement
D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency
and one opaque reproduction.
E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which
Contractor requires, plus three (3) copies which will be retained by Engineer.
F. Drawing size shall be minimum of 8 '/2 x 11 inches and a maximum of 24 x 36 inches.
G. Draw details to a minimum size of inch equal to 1 foot.
H. After review, produce copies and distribute in accordance with SUBMITTAL
PROCEDURES article above and for record document purposed described in Section 01700
— Contract Closeout.
2.4 INFORMATION SUBMITTALS
A. Manufacturer's Instructions:
(1) When specified in individual specification Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
finishing, in quantities specified for Product Data.
(2) Identify conflicts between manufacturers' instructions and Contract Documents.
(3) Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
B. Manufacturer's Certificates
(1) When specified in individual specification Sections, submit manufacturers' certificate
to Engineer for review, in quantities specified for Product Data.
(2) Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits, and certifications as appropriate.
(3) Certificates may be recent or previous test results on material or Product, but must be
acceptable to the Engineer.
C. Insurance Certificates and Bonds:
(1) Prepare written information indicating current status of insurance or bonding coverage.
(2) Include name of entity covered by insurance or bond, limits of coverage, amounts of
deductibles, if any, and term of the coverage.
Water Line Change Out Phase 6 01300-23 January 2024
tv of
Lubbock
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.
(2) Include Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor's approval, and statement certifying that
the submittal has been reviewed, checked, and approved for compliance with the
Contract Documents.
3.2 OWNER AND ENGINEER'S ACTION
A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval
stamp and will return them without action.
B. The Owner or Engineer will review each submittal, make marks to indicate corrections or
modifications required, and return it.
C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp
appropriately to indicate action taken, as follows:
(1)
No exception taken
(2)
Make correction noted
(3)
Revise and resubmit
(4)
Rejected
D. The submittal stamp by the Owner or Engineer will also contain the following:
(1) Checking is only for general conformance with the design concept of the project and
general compliance with the information given in the Contract Documents.
(2) Any action shown is subject to the requirements of the plans and specifications.
(3) The Contractor is responsible for confirming and correlating all quantities and
dimensions; selecting fabrication processes and techniques of construction; and
performing the Work in a satisfactory manner.
E. The Owner or Engineer will review each submittal and will not return it, or will reject and
return it, if it does not comply with the requirements.
END OF SECTION
Water Line Change Out Phase 6 01300-24 January 2024
tv of
Lubbock
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
Water Line Change Out Phase 6 01310-25 January 2024
tv of
*Lubbock
A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed.
After review, resubmit required revised data within ten (10) days.
B. Submit revised Progress Schedules with each Application for Payment.
C. Submit the number of opaque reproductions which the Contractor requires, plus two (2)
copies which will be retained by the Engineer.
1.6 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and
other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections
indicated in Schedules.
PART 2 PRODUCTS
Not used
PART 1 EXECUTION
Not used
END OF SECTION
Water Line Change Out Phase 6 01310-26 January 2024
tv of
*Lub6ock
SECTION 01356: STORMMWATER 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 Prevention
measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which
will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES)
General Permit No.TXR150000.
B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate
regulatory agency for failure to make required inspections, failure to properly document those
inspections, failure to adequately implement and adjust the storm water pollution prevention
measures specified in the SWP3 to adequately control pollutants, and/or any other fines or
penalties assess by TCEQ or the EPA for failure to comply with any part of the permit
requirements.
C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of
the Owner.
D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to
comply with and maintain the SWP3 shall be paid by the Contractor.
1.3 EROSION AND SEDIMENT CONTROLS
A. General
(1) Structural measures shall be implemented to divert flows from exposed soils, temporarily
store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas
of the site.
(2) Structural practices shall be implemented as specified in the SWP3 and in a timely
manner during the construction process to minimize erosion and sediment run-off.
B. Stabilized Ingress/Egress
(1) Stabilized access to and from the construction site will be installed by the Contractor as
soon as practical and in accordance with the SWP3.
(2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from
existing roads, alleys, and any adjacent properties as soon as possible.
(3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand,
cement, construction materials, etc.) tracked or washed off -site and perform necessary
clean-up measures at the end of each work day.
C. Silt Fences/Diversion Berms
Water Line Change Out Phase 6 01356-27 January 2024
*Lubbock
(1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural
practice to minimize erosion and sediment runoff.
(2) Silt fences and/or diversion berms shall be properly installed to effectively retain
sediment immediately after completing each phase of work where erosion would occur in
the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment,
and grading.)
(3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as
they are required and until they are removed from the site.
D. Sand/Gravel Bags
(1) The Contractor may provide sand/gravel bags as a temporary structural practice to
minimize erosion and sediment runoff.
(2) Bags shall be properly placed to effectively retain sediment immediately after completing
each phase of work (e.g., after clearing and grubbing in an area between a ridge and
drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated
as needed for work to progress in the drainage area).
(3) Sand/gravel bags must remain in good condition, or they shall be replaced.
E. Site Stabilization
(1) The Contractor shall disturb the least amount of site area as possible.
(2) Stabilization measures to be implemented by the Contractor may include any of the
following measures:
(a) Temporary or permanent seeding or sodding
(b) Mulching
(c) Geotextlles
(d) Vegetative buffer strips
(e) Paving
(f) Stabilization measures shall be implemented in accordance with the SWP3.
PART 2 PRODUCTS
2.1 COMPONENTS FOR SILT FENCES
A. Filter Fabric
(1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of
polymeric filaments, which are formed into a stable network such that filaments retain
their relative positions.
(2) The filament shall consist of a long -chain synthetic polymer composed of at least eight -
five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers
and/or inhibitors added to the base plastic to make the filaments resistant to deterioration
due to ultraviolet and heat exposure.
(3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a
minimum of six (6) months of expected usable construction life at a temperature range of
0 to 120 degrees Fahrenheit.
Water Line Change Out Phase 6 01356-28 January 2024
of
Lubbock
(4) The filter fabric shall meet the following requirements:
FILTER FABRIC FOR SILT FENCE
PHYSICAL PROPERTY
TEST PROCEDURE
REQUIREMENT
Grab Tensile
ASTM D 4632
100 lbs. min.
Elongation
ASTM D 4632
30 % max.
Trapezoid Tear
ASTM D 4533
55 lbs. min.
Permittivity
ASTM D 4491
0.2 sec-1
AOS (U.S. Std. Sieve)
ASTM D 4751
20 — 100
B. Silt Fence Stakes and Posts
(1) The Contractor may use either wooden stakes or steel posts for fence construction.
(2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of
two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4)
inches when pine is used, and shall have a minimum length of four (4) feet.
(3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a
minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet.
C. Identification, Storage, and Handling\
(1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873.
2.2 COMPONENTS FOR STRAW BALES
A. Straw Bales
(1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses
such as Byhalia, Bermuda, etc., furnished in air-dry condition.
(2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18)
inches. All bales shall be either wire -bound or string -tied.
(3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the
ground.
(4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2)
inches by two (2) inches in cross section and shall have a minimum length of three (3)
feet.
(5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch
and a minimum length of three (3) feet.
PART 3 EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. Storm Water Pollution Prevention Plan will be provided by the Contractor.
B. The Contractor must keep a copy of the SWP3 on site at all times.
C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48)
hours prior to start of construction.
D. No work will be permitted until NOI is filed.
E. The SWP3 shall be continually updated as necessary to reflect current and changing
conditions on site.
Water Line Change Out Phase 6 01356-29 January 2024
tv of
*Lubbock
F. Additional measures not specifically shown in the SWP3 may be used to control erosion from
leaving the site.
G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of
this contract.
H. The Contractor shall furnish the Owner with a copy of the NOI and NOT.
END OF SECTION
Water Line Change Out Phase 6 01356-30 January 2024
tv of
*Lubbock
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:
Water Line Change Out Phase 6 01400-31 January 2024
tv of
*Lubbock
(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) Waterline Changeout Phase 6 and contract number.
(c) Name, address, and telephone number of testing agency. If the individual is
employed by the Contractor, use Contractor's name, address, and telephone number.
(d) Dates and locations of samples and test
(e) Names of individuals making tests
(f) Description of the work and test method
(g) Identification of material, product, and specification Section.
(h) Complete test or inspection data
(1) Test results and interpretation of test results
0) Ambient conditions at time of sample taking and testing.
(k) Comments and opinion on whether tested Work complied with the Contract
Document requirements and the applicable specification Section.
(1) Name and signature of individual performing the test if employee of the Contractor,
or name and signature of testing agency responsible person.
(m) For failing tests, recommendations on retesting unless specification Sections provide
procedure for retesting.
C. Professional Engineer Qualifications:
(1) Where a Professional Engineer is required in the specification Sections, this means a
Professional Engineer who is legally qualified to practice in the jurisdiction where the
project is located and who is experienced in providing engineering services of the kind
indicated.
D. Test Agency Qualifications:
(1) An agency with the experience and capability to conduct testing indicated, as
documented by ASTM E 548, and that has the capability and experience in the types of
tests to be performed.
E. Preconstruction Testing:
(1) Testing agency shall perform preconstruction testing with specified requirements for
performance and test methods.
(2) The Contractor shall not perform preconstruction testing except through a third parry
testing agency.
F. Testing Agency Responsibilities:
(1) Submit certified written report of each test and similar Quality Assurance service to the
Contractor.
(2) Interpret tests and state in each report whether tested work complies with or deviates
from the Contract Document requirements.
1.5 QUALITY CONTROL
A. Owner Responsibilities:
Water Line Change Out Phase 6 01400-32 January 2024
tv of
*Lubbock
(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.
(2) Where third party testing is engaged by the Contractor, notify testing agency
sufficiently in advance of the time and date when work that requires testing will be
performed.
(3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner
agrees in writing to such engagement.
(4) Where testing is indicated as the Contractor's responsibility, submit certified written
reports in duplicate of each testing service, whether performed by the Contractor's
personnel or Contractor engaged testing agency.
(5) Such reports shall include failing tests and retests.
(6) Testing requested by the Contractor and not required by the Contract Documents are the
Contractor's responsibility.
(7) Where the Contractor's personnel are performing tests, provide individuals with
appropriate equipment to perform the tests in accordance with the test method
requirements.
(8) Provide alternate equipment where the specified test method cannot be applied, and
where alternative test methods and equipment must be employed to provide the
necessary quality control.
C. Retesting:
(1) Regardless of whether original tests were the Contractor's responsibility, provide
quality control services, including retesting, for construction that revised or replaced
work that failed to comply with requirements established by the Contract Documents.
D. Testing Agency Responsibilities:
(1) Cooperate with the Engineer and Contractor in performance of duties.
(2) Provide qualified personnel and necessary equipment to perform required tests and
inspections.
(3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in
the work during performance of its services.
(4) Interpret tests and inspections and state in each report whether tested and inspected
work complies with or deviates from the requirements.
(5) Submit a certified written report, in triplicate, of each test, inspection, and similar
quality control service through the Contactor.
(6) Do not release, revoke, alter, or increase requirements of the Contract Documents or
approve or accept any portion of the Work.
(7) Do not perform any duties of the Contractor.
E. Associated Services:
Water Line Change Out Phase 6 01400-33 January 2024
tv of
*Lubbock
(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.
(f) Additional associated services required of the Contractor for testing access are listed
in the specification Sections.
(g) Delivery of samples to testing agencies.
(h) Preliminary design mix proposed for use for material mixes that require control by
testing agency.
(1) Security and protection for samples and for testing and inspecting equipment at
Project site.
F. Coordination:
(1) Coordinate sequence of activities to accommodate required quality assurance and
quality control services with a minimum of delay and to avoid necessity of removing
and replacing construction to accommodate testing and inspecting.
(2) Schedule times for tests, inspections, obtaining samples, and similar activities.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 REPAIR AND PROTECTION
A. On completion of testing, inspecting, sample taking, and similar services, repair damaged
construction, and restore substrates and finishes.
B. Provide materials and comply with installation requirements specified in other Sections of
these Specifications.
C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates
evidence of patching.
D. Protect construction exposed by or for quality control service activities.
E. Repair and protection are the Contractor's responsibility, regardless of the assignment of
responsibility for quality control services.
END OF SECTION
Water Line Change Out Phase 6 01400-34 January 2024
tv of
Lubbock
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 firm on instructions by the Engineer.
L Payment for re -testing will be paid by the Contractor.
1.3 QUALITY ASSURANCE
A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329.
B. Testing laboratory shall maintain a full time registered Engineer on staff to review services.
Water Line Change Out Phase 6 01410-35 January 2024
City of
*Lubbock
C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy
traceable to either National Bureau of Standards (NBS) standards or accepted values of
natural physical constants.
1.4 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site.
C. Cooperate with the Engineer and Contractor in performance of services.
D. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
E. Ascertain compliance of materials and mixes with requirements of Contract Documents.
F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of
Work or Products.
G. Perform additional inspections and tests required by the Engineer.
1.5 LABORATORY REPORTS
A. After each inspection and test, promptly submit three (3) copies of laboratory report to the
Engineer and to the Contractor.
B. Laboratory test reports shall include:
(1) Date issued
(2) Water Line Change Out Phase 5 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.
Water Line Change Out Phase 6 01410-36 January 2024
tv of
*Lubbock
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.
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
Water Line Change Out Phase 6 01410-37 January 2024
tv of
",Lubbock
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 2 PRODUCTS
2.1 CONSTRUCTION METHODS
A. All barricades, signs, and other types of devices shall conform to details shown on the plans
or those indicated in the latest version of the Texas Manual on Uniform Traffic Control
Devices (TMUTCD).
B. All traffic control devices shall be crashworthy according to the guidelines set forth in the
National Cooperative Highway Research Program (NCHRP) Report 350.
PART 3 EXECUTION
3.1 TRAFFIC CONTROL PLAN
A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased
construction.
B. This plan must be approved in writing by the Engineer or Owner in order to be used.
C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who
will be responsible and available on this project site or in the immediate area to insure
compliance with the TCP.
3.2 MAINTENANCE
A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall
be maintained by cleaning, replacing, or a combination thereof such that during darkness and
rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics
of traffic industry standard reflective panels.
END OF SECTION
Water Line Change Out Phase 6 01555-38 January 2024
tv of
Lubbock
SECTION 01576: WASTE MATERIAL DISPOSAL
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Submittals
(2) Salvageable Material
(3) Excess Material
1.2 SUBMITTALS
A. Obtain and submit disposal permits for proposed disposal sites if required by local
ordinances.
B. Submit a copy of written permission from property owner, along with a description of
property, prior to disposal of excess material adjacent to the Project.
C. Submit a written and signed release from property owner upon completion of disposal work.
D. Both written permission and signed release shall include hold -harmless clauses naming the
City of Lubbock, Texas as the entities to be held harmless in any subsequent legal
proceeding.
E. Both property permissions and signed releases shall be attested to by a notary public.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
1.1 SALVAGEABLE MATERIAL
A. Asphalt Pavement and Asphalt Stabilized Base shall 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 per ton for construction debris and for excess uncontaminated
soil.
(2) There will also be a fee per load for every truck that is not covered properly when coming
to the landfill.
Water Line Change Out Phase 6 01576-39 January 2024
tv of
Lubbock
(3) For a complete list of fees associated with the WTRDF, please call or go to the City's
website at http://solidwaste.cilubbock.tx.us/disposal/fees.aspx.
(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
Water Line Change Out Phase 6 01576-40 January 2024
tv of
Lubbock
SECTION 01700: CONTRACT CLOSEOUT
PART1 GENERAL
1.1 SUMMARY
A. Section Includes:
(1)
Closeout Procedures
(2)
Final Cleaning
(3)
Adjusting
(4)
Project Record Documents
(5)
Warranties
(6)
Spare Parts and Maintenance Materials.
1.2 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Engineer's inspection.
B. Should the Engineer consider the work incomplete or defective:
(1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or
defective work.
(2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit
a second written certification that the work is complete.
(3) The Engineer will re -inspect the Work.
C. Provide submittals to the Engineer that are required by governing or other authorities.
D. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
1.3 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean site, sweep paved areas, rake clean landscaped surfaces.
C. Remove waste and surplus materials, rubbish, and construction facilities from the site.
D. Repair, patch, and touch-up marred surfaces to match adjacent finishes.
1.4 ADJUSTING
A. Adjust operating Products and equipment to ensure Water Line Change Out Phase 5 and
unhindered operation.
1.5 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
(1) Contract Drawings
(2) Specifications
(3) Addenda
Water Line Change Out Phase 6 01700-41 January 2024
tv of
Lubbock
(4) Change Orders and other Modifications to the Contract
(5) Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications:
(1) Legibly mark and record at each Product section description of actual Products
installed, including the following:
(a) Manufacturer's name and product model and number.
(b) Product substitutions or alternates utilized.
(c) Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings:
(1) Legibly mark each item to record actual construction including:
(a) Measured horizontal and vertical locations of underground utilities and
appurtenances referenced to permanent surface improvements.
(b) Field changes of dimension and detail.
(c) Details not on original Contract Drawings.
(d) Changes made by Addenda and Modifications.
1.6 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic
presentation cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten (10) days after acceptance, listing date of acceptance as start of warranty period.
1.7 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to final payment.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Water Line Change Out Phase 6 01700-42 January 2024
of
Lubbock
SECTION 02221: REMOVING EXISTING PAVEMENTS
PART1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers the removal of existing pavements, including, but not
limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and
concrete sidewalks.
B. Section Includes:
(1) Regulatory Requirements
(2) Preparation
(3) Protection
(4) Removals
(5) Backfill
(6) Disposal
1.2 REGULATORY REQUIREMENTS
A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material
Disposal.
B. Coordinate removal work with utility companies.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Obtain advance approval from the Engineer for dimensions and limits of removal work.
B. Identify known utilities below grade.
C. Paint, stake and flag locations.
3.2 PROTECTION
A. Protect the following from damage or displacement:
(1) Adjacent public and private property.
(2) Trees, plants, and other landscape features designated to remain.
(3) Utilities not designated to be removed.
(4) Pavement and utility structures not designated to be removed.
(5) Benchmarks, monuments, and existing structures not designated to be removed.
3.3 REMOVALS
Water Line Change Out Phase 6 02221-43 January 2024
tv of
*Lubbock
A. Remove pavements and structures by methods that will not damage underground utilities.
B. Do not use a drop hammer near existing underground utilities.
C. Minimize amount of earth loaded during removal operations.
D. Where existing pavement is to remain, make straight saw cuts in existing pavement to
provide clean breaks prior to removal.
E. Do not break concrete pavement or base with drop hammer.
F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing
construction or expansion joints, break out to existing joint.
G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint.
H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established,
shall be replaced at the Contractor's expense.
L Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat,
clean appearance.
3.4 BACKFILL
A. Backfill of removal zones shall be in accordance with requirements of Section 02317 —
Excavation and Backfill for Utilities as applicable to the specific portion of the Work.
3.5 DISPOSAL
A. Remove from the site debris resulting from work under this section in accordance with
requirements of Section 01576 — Waste Material Disposal.
END OF SECTION
Water Line Change Out Phase 6 02221-44 January 2024
tv of
Lubbock
SECTION 02240: DEWATERING
PART1 GENERAL
1.1 SUMMARY
A. This Section includes construction dewatering procedures and requirements.
(1) A geotechnical survey has not been performed at the site.
(2) This Section shall be applicable only if ground water begins to enter the trench.
(3) Any required dewatering for this project shall be considered subsidiary to pipeline and
manhole installation and no separate compensations will be paid.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Quality Assurance
(4) Project Conditions
(5) Preparation
(6) Installation
(7) Observation Wells
1.2 SUBMITTALS
A. Shop Drawings for Information:
(1) For dewatering system, show arrangements, locations, and details of wells and well
points; locations of headers and discharge lines; and means of discharge and disposal of
water.
(2) Include layouts of piezometers and flow -measuring devices for monitoring performance
of dewatering system.
(3) Include written report outlining control procedures to be adopted if dewatering problems
arise.
(4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining
construction and site improvements that might be misconstrued as damage caused by
dewatering operations.
(5) Record drawings at Project closeout identifying and locating capped utilities and other
subsurface structural, electrical, or mechanical conditions performed during dewatering.
(6) Note locations and capping depth of wells and well points.
B. Field Test Reports:
(1) Before starting excavation, submit test results and computations demonstrating that
dewatering system is capable of meeting performance requirements.
1.3 PERFORMANCE REQUIREMENTS
Water Line Change Out Phase 6 02240-45 January 2024
*Lubbock
A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient
scope, size, and capacity to control ground water flow into excavations and permit
construction to proceed on dry, stable ground.
B. Maintain dewatering operations to ensure erosion control, stability of excavations and
constructed slopes, that excavation does not flood, and that damage to subgrades and
permanent structures is prevented.
C. Prevent surface water from entering excavations by grading, dikes, and other means approved
by the Engineer.
D. Remove dewater system if no longer needed.
1.4 QUALITY ASSURANCE
A. Comply with water disposal requirements of authorities having jurisdiction.
1.5 PROJECT CONDITIONS
A. Existing Utilities:
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
B. Project Site Information:
(1) A geotechnical report has not been prepared for the Project area.
(2) The Contractor, at own expense, may make test borings and conduct other exploratory
operations necessary for dewatering.
(3) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(4) Clearly identify benchmarks and record existing elevations.
(5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of
surveyed elevations for comparison with original elevations.
(6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other
damage is evident in adjacent construction.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards created by
dewatering operations.
B. Prevent surface water and subsurface or ground water from entering excavations, ponding on
prepared subgrades, and from flooding site and surrounding area.
C. Protect subgrades and foundation soils from softening and damage by rain or water
accumulation.
Water Line Change Out Phase 6 02240-46 January 2024
tv of
*Lubbock
D. Install dewatering system to ensure minimum interference with roads, streets, walks, and
other adjacent occupied and used facilities.
E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
3.2 INSTALLATION
A. Install dewatering system utilizing wells, well points, or similar methods complete with pump
equipment, standby power and pumps, filter material gradation, valves, appurtenances, water
disposal, and surface -water controls.
B. Before excavating below ground water level, place system into operation to lower water to
specified levels.
C. Operate system continuously until drains, sewers, and structures have been constructed and
fill materials have been placed, or until dewatering is no longer required.
D. Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials on dry subgrades.
E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom
of foundations, drains, sewers, and other excavations.
F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening,
and slope stability.
G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations,
drains, sewers, and other excavations.
H. Maintain piezometric water level a minimum of sixty (60) inches below surface of
excavation.
L Dispose of water removed by dewatering in a manner that avoids endangering public health,
property, and portions of work under construction or completed.
J. Dispose of water in a manner that avoids inconvenience to others.
K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities
having jurisdiction.
L. Provide standby equipment on -site, installed and available for immediate operation, to
maintain dewatering on continuous basis if any part of system becomes inadequate or fails.
M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering
system, restore damaged structures and foundation soils at no additional expense to Owner.
N. Remove dewatering system from Project Site on completion of dewatering.
O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches
below overlying construction.
P. Promptly repair damages to adjacent facilities caused by dewatering operations.
3.3 OBSERVATION WELLS
A. Provide, take measurements, and maintain at least the minimum number of observation wells
or piezometers indicated and additional observation wells as may be required by authorities
having jurisdiction.
Water Line Change Out Phase 6 02240-47 January 2024
tv of
*Lubbock
B. Observe and record daily elevation of ground water and piezometric water levels in
observation wells.
C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive,
damaged, or destroyed.
D. Suspend construction activities in areas where observation wells are not functioning properly
until reliable observations can be made.
E. Add or remove water from observation well risers to demonstrate that observation wells are
functioning properly.
F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.
END OF SECTION
Water Line Change Out Phase 6 02240-48 January 2024
City of
",Lubbock
SECTION 02257: CONTROLLED LOW STRENGTH MATERIAL — FLOWABLE FILL
1.1 WORK INCLUDED
A. Furnish labor, materials, equipment, and incidentals necessary to mix and place a flowable mortar
fill, consisting of Portland Cement, fine aggregate, fly ash, and water in the proper proportions as
specified herein. Flowable fill shall be used to bed and backfill around piping and utilities
where indicated.
1.2 QUALITY ASSURANCE
A. Design Criteria; Concrete Proportions and Consistency:
(1) Concrete shall be proportioned to give the necessary workability and strength and shall
conform to the following governing requirements.
28 Day
Min. Cement
Fine
Max. Water
Max. F1yAsh
Compressive
Pounds Per
Aggregate
Pounds Per
Pounds Per
Strength -psi
Cu. Yd.
Pounds Per
Cu. Yd.
Cu. Yd.
(Min -Max)
Cu. Yd.
70-150
50
2720
290
150
2. Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone
method, according to their specification CRD-C611-80. Prior to filling the flow cone
with flowable mortar, the mixture shall be passed through a 1/4-inch screen. Time of
efflux shallbe approximately 12 seconds.
B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial
mix shall be designed by an independent testing laboratory, retained by the Contractor. The
testing laboratory shall submit verification that the materials and proportions of the trial mix
design meets the requirement of the specifications. Concrete mix additive such as "Darafill"
manufactured by Grace Construction Products or equal products may be required to achieve the
low strength and the flowability requirements. In lieu of trial mix design, Contractor may
submit a mix design used successfully in previous similar work, for similar materials for
approval by Engineer. The Contractor shall not make changes in materials (gradation,
source, brand, or proportions) of the mixture after having been approved, except by specific
approval of the Engineer.
C. Pre -Job Testing: Pre -job testing with actual equipment and intended configuration ofconcrete
sample maybe required to determine whether the material can be excavated. The testing
equipment and configuration of concrete sample shall be determined by the Owner's
representative.
D. Testing: It isthe responsibility ofthe Contractor to achieve andmaintain the quality ofmateni al
required by this specification. However, the Owner may secure the services ofan independent
testing laboratory toverifythe quality ofthe material. The Owner shall have the right to require
additional testing, strengthening, or replacement ofconcrete thathas failed to meetthe minimum
requirements ofthis section.
Water Line Change Out Phase 6 02260-49 January 2024
tv of
",Lubbock
1.3 SUBMITTALS
A. Submittals shall be in accordance with Section 01300, and shall include a trial mix design on
material
1.4 STANDARDS AND REFERENCES
A. Materials shall meet recommendation for mix design and placement, as published by National
Ready Mixed Concrete Association.
B. The applicable provisions of the following references and standards shall apply tothis section as
ifwritten herein in their entirety.
(1) American Society for Testing and Materials (ASTM) Standards:
ASTM C33 Specifications for Concrete Aggregates
ASTM C40 Test Method for Organic Impurities In Fine Aggregates For Concrete
ASTM C 150 Specification for Portland Cement
ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as
Mineral Admixture in Portland CementConcrete
(2) Federal Specifications:
(a) COE — (CRD-C611-80).
PART 2 —PRODUCTS
2.1 MATERIALS
A. Cement: Portland Cement conforming to the specifications and test for Type I Portland
Cement per ASTM C-150
B. Fine Aggregate: Fine aggregate consisting ofnatural, washed and screened sand having clean,
hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The
sand shall generally be of such size that allwill pass a 3/8-inch sieve, at least 95 percent pass at
1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong
alkali, or organic material that gives a colordarkerthan the standard colorwhentested in
accordance with ASTM C40.
C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class "C" fly ash. The fly ash may be
used in controlled low -strength material.
D. Water: Water for concrete shall be clean and free from oil, acid, alkali, organic matter or
other harmful impurities. Water which is suitable for drinking or for ordinary household use
will be acceptable for concrete. Where available, water shall be obtained from main of a
waterworks system.
E. Additive: "Darafill" or approved alternate additive may be required to meet these
specifications.
Water Line Change Out Phase 6 02260-50 January 2024
of
Lubbock
2.2 MIXES
A. In the determination of the amount of water required for mix, consideration shall be given to the
moisture content ofthe aggregate. The net amount ofwater in the mix will be the amount added
at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate,
based on a 30 minute absorption period. No water allowance shall be made for evaporation after
batching.
B. The methods of measurement of materials shall be such that the proportions of water to
cement can be closely controlled during the progress of the work and easily checked at any time
by the Owner's Representative. To avoid unnecessary or haphazard changes in consistency,
the aggregate shall be obtained from sources which will insure aumform quality and grading
during any single day's operation and they shall be delivered to the work and handled in such
a manner that the variation in moisture content will not interfere with the steady production of
concrete ofreasonable degree of uniformity. Sources of supply shall be approved by the Owner's
Representative.
C. All material shall be separately and accurately measured. Measurement may be made by
weight or by volume, as determined by the Contractor; however; all equipment for
measurement of materials shall be subject to approval by the Owner's Representative.
D. The proportions ofthe mix shall be such as to produce material that can be placed readily into the
void areawithout spading orvibrating, andwithout segregation or undue accumulation of water
orlaitance ofthe surface.
E. When additive is contained in the concrete mix, the additive ingredients, proportions and
placement of the additive shall be per manufacturer's recommendations.
PART 3 —EXECUTION
3.1 INSTALLATION
A. Contractor shall give the Owner's Representative sufficient advance notice before starting to
place material in any area to permit inspection ofthe area and to prepare for pouring.
B. Conduct the operation of depositing and compacting the material so as to forma compact,
dense, impervious mass.
C. Flowable fill shall be placed the full depth into the trenches. The fill shall be brought up
uniformly to the elevation shown in the Plans. Flowable fill shall be protected from traffic for a
period of72 hours.
D. The material shall be placed against undisturbed trench walls, and shall not be placed on or
against frozen ground.
E. Material shall be placed in lifts or other measures shall betaken to prevent pipe flotation.
Material shall be allowed to harden before placing next lift.
END OF SECTION
Water Line Change Out Phase 6 02260-51 January 2024
tv of
Lubbock
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:
Water Line Change Out Phase 6 02260-52 January 2024
tv of
*Lubbock
(1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted
in writing by the Engineer and then only after arranging to provide temporary utility
services according to requirements indicated.
B. Project Site Information:
(1) Survey adjacent structures and improvements, employing a qualified professional
engineer or land surveyor, establishing exact elevations at fixed points to act as
benchmarks.
(2) Clearly identify benchmarks and record existing elevations.
(3) During installation of excavation support and protection systems, regularly resurvey
benchmarks, maintaining an accurate log of surveyed elevations and positions for
comparison with original elevations and positions.
(4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks,
sags, or other damage is evident in adjacent construction.
PART 2 PRODUCTS
2.1 MATERIALS
A. Provide materials that are either new or in serviceable condition.
B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M.
C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A
690M; with continuous interlocks.
PART 3 EXECUTION
3.1 PREPARATION
A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection systems operations.
B. Shore, support, and protect utilities encountered.
C. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
(1) Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
E. Locate excavation support and protection systems clear of permanent construction so that
forming and finishing of concrete surfaces is not impeded.
F. Monitor excavation support and protection systems daily during excavation progress and for
as long as excavation remains open.
G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation
support and protection systems remain stable.
H. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
3.2 SHEET PILING
Water Line Change Out Phase 6 02260-53 January 2024
tv of
",Lubbock
A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form
a continuous barrier.
B. Limit vertical offset of adjacent sheet piling to sixty (60) inches.
C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a
horizontal line and not more than 1:120 out of vertical alignment.
D. Cut tops of sheet piling to uniform elevation at top of excavation.
3.3 TRENCH BOXES
A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench.
B. All exposed trench shall be protected.
3.4 TRENCHING PROCEDURES
A. Provide shoring systems in accordance with the Contractor's submitted design to adequately
resist earth pressures.
B. Proceed with work in an orderly fashion.
C. Install trench bracing systems as soon as possible after opening trenches.
D. Do not allow workers in trench prior to installing trench bracing systems.
E. Backfill trenches as soon as possible after completion of work.
F. Stockpile excavated materials at three (3) feet away from edge of trench.
G. Maintain barricades and signage as required by State and Local codes to protect open
excavations.
H. Do not allow surface water to enter excavations.
L Properly grade areas adjacent to trench excavations to control surface drainage away from
excavations.
J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three
(3) feet from edge of cut to avoid allowing loose material to enter trench.
K. Cut back method may not be used where there is insufficient work area to employ it.
L. Do not operate heavy equipment except for trench digging or pipe laying equipment within
twenty (20) feet of edge of excavation.
M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the
Contractor deems it safe to do so.
3.5 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has progressed
sufficiently to support excavation and bear soil and hydrostatic pressures.
B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements,
facilities, and utilities.
END OF SECTION
Water Line Change Out Phase 6 02260-54 January 2024
tv of
Lubbock
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.
Water Line Change Out Phase 6 02320-55 January 2024
tv of
',Lubbock
D. Initial Backfill — The portion of trench backfill that extends vertically from the top of
haunching or cement stabilized backfill up to a level line immediately below pavement
subgrade, and horizontally from on trench sidewall to opposite sidewall.
E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and
initial backfill.
F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe
embedment up to a line immediately below pavement subgrade or up to final grade when not
beneath paving.
G. Backfill — Suitable material meeting specified quality requirements, placed and compacted
under controlled conditions.
H. Ground Water Control Systems — Installations external to trench, such as well points,
eductors, or deep wells. Ground water control includes dewatering to lower ground water,
intercepting seepage which would otherwise emerge from side or bottom of trench
excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to
Section 02240 — Dewatering.
L Surface Water Control — Diversion and drainage of surface water runoff and rain water away
from trench excavation. Rain water and surface water accidentally entering trench shall be
controlled and removed as a part of excavation drainage.
J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or
other approved means.
K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls
of pipe embedment zone. Maintain trench conditions that provide for effective placement
and compaction of embedment material directly on or against undisturbed soils or foundation
backfill, except where structural trench support is necessary.
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.
Water Line Change Out Phase 6 02320-56 January 2024
tv of
*Lubbock
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
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.
L 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.
Water Line Change Out Phase 6 02320-57 January 2024
tv of
*Lubbock
C. Submit backfill material sources and product quality information in accordance with
requirements of Section 02320 — Utility Backfill Materials.
D. Submit record of location of pipe as installed, referenced to Texas North Central State Plane
coordinate system (NAD83).
(1) Include locations of utilities encountered that are not shown on drawings or rerouted for
the convenience of the Contractor.
(2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing,
etc.
E. Submit field density tests of trench backfill.
F. Submit laboratory density compaction curves for each material.
1.6 TESTS
A. The Contractor is to perform backfill material source qualification testing in accordance with
requirements of Section 02320 — Utility Backfill Materials.
B. The Contractor shall have a competent, separate agency perform field density tests of trench
Backfill representative of each 200 linear feet of trench and each compacted layer.
PART 2 PRODUCTS
2.1 EQUIPMENT
A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the
requirements of this Section.
B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is
obtained over pipes, conduits, and ducts.
C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage
to pipes, conduits, or ducts.
D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is
obtained.
E. Do not use vibratory equipment if adjacent structures could be affected.
F. Use trench shields or other protective systems or shoring systems which are designed and
operated to achieve placement and compaction of backfill directly against undisturbed native
soil.
2.2 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product
descriptions of Section 02320 — Utility Backfill Materials.
2.3 ACCESSORIES
A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant
polyethylene film warning tape manufactured for marking and identifying underground
utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description
of the utility; colored as follows:
(1) Red — Electric
(2) Yellow — Gas, oil, steam, and dangerous materials.
(3) Orange — Telephone and other communications.
Water Line Change Out Phase 6 02320-58 January 2024
tv of
Lubbock
(4) Blue — Water systems.
(5) Green — Sewer systems.
B. Locator Wire: Install continuously coated fourteen (14) gauge locating wire as indicated on
Plans.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install flexible pipe to conform to the trench details shown in the drawings.
B. Install rigid pipe to conform to the trench details shown in the drawings.
3.2 PREPARATION
A. Establish traffic control to conform to requirements of Section 01555 —Barricades, Signs, and
Traffic Handling and the drawings.
B. Perform work to conform to applicable safety standards and regulations.
C. Employ a trench safety system as specified in Section 02260 — Excavation Support and
Protection.
D. Immediately notify the agency or company owning any existing utility line which is
damaged, broken, or disturbed.
E. Obtain approval from the Engineer and agency for any repairs or relocations, either
temporary or permanent.
F. Remove existing pavements and structures, including sidewalks and driveways, to conform to
requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material.
G. Maintain permanent benchmarks, monumentation and other reference points, and unless
otherwise directed in writing, replace those which are damaged or destroyed.
3.3 PROTECTION
A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the
construction limits.
B. Protect and support above grade and below grade utilities, which are to remain.
C. Restore damaged permanent facilities to pre -construction conditions unless replacement or
abandonment of facilities are indicated on the Drawings.
D. Take measures to minimize erosion of trenches and excavations.
E. Do not allow water to pond in trenches or excavations.
F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or
potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner.
G. The Contractor shall locate all existing underground lines, whether or not they are shown on
the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto.
H. Verification of location, size, and burial depth of existing utilities shall be the complete
responsibility of the Contractor.
L The Contractor is responsible for notifying pipeline and cable utility owners of the intention
to cross said utility no less than seven (7) days prior to crossing the utility.
J. Coordinate vertical separation requirements with utility owners and any other special
construction considerations.
Water Line Change Out Phase 6 02320-59 January 2024
tv of
*Lubbock
K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to
constructing these changes.
L. Trench digging machinery may be used to make the trench excavations except in places
where operation of same would cause damages to pipelines, fences, or other existing
structures either above or below ground; in such instances hand methods shall be employed.
3.4 EXCAVATION
A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and
alignments shown on the Drawings.
B. Avoid disturbing surrounding ground and existing facilities and improvements.
C. Determine trench excavation widths based on the requirements shown on the plans.
D. Use sufficient trench width or benches above the embedment zone for installation of well
point headers or manifolds and pumps where depth of trenches makes it uneconomical or
impractical to pump from the surface elevation.
E. Provide sufficient space between shoring cross braces to permit equipment operations and
handling of forms, pipe, embedment and backfill, and other materials.
F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal,
or concealed conditions, discontinue work at that location. Notify the Engineer and obtain
instructions before proceeding.
G. Shoring of Trench Walls:
(1) Install special shoring in advance of trench excavation or simultaneously with the
trench excavation, so that the soils within the full height of the trench excavation walls
will remain laterally supported at all times.
(2) For all types of shoring, support trench walls in the pipe embedment zone throughout
the installation.
(3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil
out behind the trench wall support.
(4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe
embedment zone in place to preclude loss of support of foundation and embedment
materials.
(5) Leave rangers, walers, and braces in place as long as required to support the sheeting,
which has been cut off, and the trench wall in the vicinity of the pipe zone.
(6) Employ special methods for maintaining the integrity of embedment or foundation
material.
(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.
Water Line Change Out Phase 6 02320-60 January 2024
tv of
*Lubbock
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
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
Water Line Change Out Phase 6 02320-61 January 2024
City of
Lubbock
A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of
trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on the
Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to provide
uniform bearing and side support when compacted.
D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above
top of pipe.
E. Perform placement and compaction directly against the undisturbed soils in the trench
sidewalls, or against sheeting which is to remain in place.
F. Do not place trench shields or shoring within height of the embedment zone unless means to
maintain the density of compacted embedment material are used.
G. If moveable supports are used in embedment zone, lift the supports incrementally to allow
placement and compaction of the material against undisturbed soil.
H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations.
L When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular
aggregates.
J. Place haunching material manually around the pipe and compact it to provide uniform
bearing and side support.
K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable
means during compaction of haunch areas and placement beside the pipe.
L. Shovel in -place and compact embedment material using pneumatic tampers in restricted
areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas.
M. Compact each lift before proceeding with placement of the next lift.
N. Water tamping and water jetting are not allowed.
O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete
vibrator to consolidate material under haunches.
P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A
and 2.3.13.
3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION
A. Place backfill for pipe or conduits and restore as soon as practicable.
B. Leave only the minimum length of trench open as necessary for construction.
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:
Water Line Change Out Phase 6 02320-62 January 2024
tv of
Lubbock
(1) Place in depths as shown on plans.
(2) Use vibratory equipment to ensure placement under the haunches of the pipe.
(3) Backfilling of the remaining trench depth after cement stabilized backfill has been
placed shall not commence until the in -place cement stabilized backfill has attained a
penetration resistance reading of at least thirty (30) when measured with a soil
penetrometer according to ASTM D 1558 and using a one -tenth square inch needle.
(4) This equates to a penetration resistance of approximately 300 pounds per square inch.
(5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the
degree of curing of the cement stabilized backfill.
(6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then
compacted backfill operations may commence.
(7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil
penetrometer with one -tenth square inch needle.
(8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on
both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each
day's trench length that is planned for controlled density backfill operations.
(9) Such readings shall be taken prior to commencing backfill operations.
H. Bedding Material:
(1) Sand bedding shall be loosely placed in trench as shown on the Drawings.
I. Gravel Embedment:
(1) Place in depths as shown on plans
(2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of
the pipe.
J. Native Material/Borrow Material (Pipe Installation):
(1) Maximum lift thickness determined by Contractor to achieve uniform placement and
required compaction, but not exceeding eight (8) inches.
(2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill
densities at least equivalent to the surrounding undisturbed material or ninety-five (95)
percent of the maximum dry density determined according to ASTM D 698.
(3) Use of vibratory equipment limited as specified in paragraph 2.1.
(4) Moisture content within two (2) percent of optimum determined according to ASTM D
698.
K. Topsoil:
(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
Water Line Change Out Phase 6 02320-63 January 2024
tv of
",Lubbock
A. Meet the requirements of adjoining utility installations for Backfill of pipeline structures, as
shown on the Drawings.
3.11 FIELD QUALITY CONTROL
A. Test for material source qualifications as defined in Section 02320 — Utility Backfill
Materials.
B. Provide excavation and trench safety systems at locations and to depths required for testing
and retesting during construction at no additional cost to the Owner.
C. Tests will be performed by the Contractor on a minimum of three (3) different samples of
each material type for plasticity characteristics, in accordance with ASTM D 4318, and for
gradation characteristics, in accordance with Tex-101-E and Tex- 110-E. Additional
classification tests will be performed whenever there is a noticeable change in material
gradation or plasticity.
D. At least three (3) tests for moisture -density relationships will be performed initially for
Backfill materials in accordance with ASTM D 698. Additional moisture -density relationship
tests will be performed whenever there is a noticeable change in material gradation or
plasticity.
E. The Contractor shall perform in -place density tests of compacted pipe foundation,
embedment, and trench zone Backfill soil materials will be performed according to ASTM D
1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions.
F. A minimum of one test for every 200 linear feet of compacted trench zone Backfill material
for each compacted layer.
G. Density tests will be distributed around the placement areas. Placement areas are foundation,
bedding, haunching, initial Backfill, and trench zone.
H. The number of tests will be increased if compacting effort is variable and not considered
sufficient to attain uniform density, as specified.
L Density tests may be performed at various depths below the fill surface by pit excavation.
Material in previously placed lifts may therefore be subject to acceptance/rejection.
J. Two (2) verification tests will be performed adjacent to in -place tests showing density less
than the acceptance criteria. Placement will be rejected unless both verification tests show
acceptable results.
K. Recompacted placement will be retested at the same frequency as the first test series,
including verification tests.
L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not
meet specified compaction requirements. For hardened cement stabilized Backfill with
nonconforming density, core and test for compressive strength at Contractor's expense.
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
Water Line Change Out Phase 6 02320-64 January 2024
tv of
Lubbock
SECTION 02320: UTILITY BACKFILL MATERIALS
PART1 GENERAL
1.1 SUMMARY
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 REFERENCES
A.
ASTM C 33 —
Specification for Concrete Aggregate.
B.
ASTM C 40 —
Test Method for Organic Impurities in Fine Aggregates for Concrete.
C.
ASTM C 123
— Test Method for Lightweight Pieces in Aggregate.
D.
ASTM C 131
— Test Method for Resistance to Degradation of Small -Size Coarse Aggregate
by Abrasion and Impact in the Los Angeles Machine.
E.
ASTM C 136
— Test Method for Sieve Analysis of Fine and Coarse Aggregates.
F.
ASTM C 142
— Test Method for Clay Lumps and Friable Particles in Aggregates.
G.
ASTM D 698
— Test Method for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lb/ft3).
H.
ASTM D 1140
— Test Method for Amount of Materials in Soils Finer Than Number 200
Sieve.
L ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification
System).
J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual
Procedure).
K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the
Microwave Oven Method.
M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing.
N. TxDOT Tex-104-E — Test Method for Determination of Liquid Limit of Soils (Part 1).
Water Line Change Out Phase 6 02320-65 January 2024
of
Lubbock
O. TxDOT Tex-106-E —Test Method —Methods of Calculating Plasticity Index of Soils.
P. TxDOT Tex- 110-E —Determination of Particle Size Analysis of Soils.
1.4 SUBMITTALS
A. Conform to Section 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.
Water Line Change Out Phase 6 02320-66 January 2024
tv of
*Lubbock
D. Gravel Embedment
(1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable
material, and other non -gravel matter.
(2) Provide gravel embedment that meets the following gradation requirements:
Sieve
Percent Retained
3/8"
0
No. 4
5 to 15
No. 10
50 to 90
No. 40
90 to 100
(3) A minimum of four inches of gravel embedment will be placed under the pipe. This
material will be used for backfill to the top of the pipe. This material MUST be shovel
sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe.
E. Cement Stabilized Backfill
(1) Cement Content — 2 sack mix per cubic yard.
(2) Water/Cement Ratio — 0.60.
(3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for
backfilling pipe sizes forty-eight (48) inches and greater in diameter.
(4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less
than forty-eight (48) inches in diameter.
2.2 MATERIAL TESTING
A. Ensure that material selected, produced, and delivered to the project meets applicable
specifications and is of sufficiently uniform properties to allow practical construction and
quality control.
B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers,
for selection of material sources and products. Provide test results for a minimum of three (3)
samples for each source and material type. Tests samples of processed materials from current
production representing material to be delivered. Tests shall verify that the materials meet
specification requirements. Repeat qualification test procedures each time the source
characteristic changes or there is a planned change in source location or supplier.
Qualification tests shall include, as applicable:
(1) Gradation: Complete sieve analyses shall be reported regardless of the specified control
sieves. The range of sieves shall be from the largest particle through the No. 200 sieve.
(2) Plasticity of material passing the No. 40 sieve.
(3) Clay lumps.
(4) Lightweight pieces.
(5) Organic impurities.
C. Production Testing: Provide reports to the Engineer from an independent testing laboratory
that backfill materials to be placed in the Work meet applicable specification requirements.
D. Native material requires testing only when questionable material is encountered.
Water Line Change Out Phase 6 02320-67 January 2024
tv of
Lubbock
PART 3 EXECUTION
3.1 SOURCES
A. Use of material encountered in the trench excavations is acceptable, provided applicable
specification requirements are satisfied. If excavation material is not acceptable, provide
from other approved source. Top two (2) feet of excavated material shall be used as topsoil.
B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use
so that the Engineer may obtain samples from verification testing.
C. Obtain approval for each material source by the Engineer before delivery is started. If
sources previously approved do not produce uniform and satisfactory products, furnish
materials from other approved sources. Materials may be subjected to inspection or
additional verification testing after delivery. Materials which do not meet the requirements of
the specifications will be rejected. Do not use material which, after approval, has become
unsuitable for use due to segregation, mixing with other materials, or by contamination.
Once a material is approved by the Engineer, expense for sampling and testing required to
change to a different material will be at the Contractor's expense with no additional cost to
the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations as practical for material handling and control.
B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators
to ensure filling of voids, filling around and under haunches of pipe and filling of spaces
between corrugations. Vibration shall not be applied to the utility pipe itself.
3.3 FIELD QUALITY CONTROL
A. Quality Control
(1) The Engineer may sample and test backfill at:
i. Sources including borrow pits, production plants, and
Contractor's designated off -site stockpiles.
ii. On -site stockpiles.
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
Water Line Change Out Phase 6 02320-68 January 2024
tv of
*Lubbock
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, TxDOT, and BNSF.
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.
(3) BNSF 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
Water Line Change Out Phase 6 02445-69 January 2024
tv of
',Lubbock
A. Provide written plan with methods and materials to be used in bore and casing process.
B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of
proposed locations within pipe casing.
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
Water Line Change Out Phase 6 02445-70 January 2024
*Lubbock
A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's
operation.
B. Schedule the Work to accommodate this requirement.
PART 2 PRODUCTS
2.1 STEEL CASING
A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM
A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal.
B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or
heavy rust. Used Casing may be used with the Owners Representative approval and
inspection. Casing joints shall be fillet welded according to ASTM C-206.
2.2 CASING SPACERS
A. Casings spacers shall be sized for 8" water line in a 16" steel casing to clear the bell and not
center the line vertically within the casing.
B. Approved casing spacers include:
(1) Advance Products
(2) BMW
(3) Cascade
(4) CCI Pipeline
(5) Culpico
(6) PSI
C. Other casing spacers may be used with approval from the Owner Representative or the
Engineer.
2.3 JOINT RETRAINT
A. Uncased pipe bores are permitted with Engineer's approval.
B. Approved joint restraint devices which prevent over -insertion:
(1) EBAA Mega -Stop (for push direction only)
(2) CertainTeed Certa-Lok
(3) Other over -insertion protection devices must be submitted prior to approval.
C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe
spacers.
D. All uncased bore methods require Contractor to submit joint restraint manufacturer's
literature for Engineer's approval.
PART 3 EXECUTION
3.1 BORES
A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified
or instructed.
Water Line Change Out Phase 6 02445-71 January 2024
citv of
*Lubbock
B. Water used for lubrication of cuttings in conjunction with boring operations shall be
permitted. Jetting shall be prohibited.
C. All bores under existing paving will be subject to the following precautions:
(1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path.
(2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring
techniques shall be subject to the approval of the Engineer on a case -by -case basis.
(3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller.
Impact moling may be used for drilling pilot holes.
(4) Pipe Jacking or Ramming — Continue jacking process to completion once it has begun to
prevent the pipe from becoming firmly set in the embankment.
(5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and
operational limitations set by manufacturer.
D. The following precautions shall be observed in special circumstances:
(1) Boring under Milwaukee Avenue:
(a) Presence of existing sewer main requires that the Milwaukee Avenue bore be cased.
(b) Boring pit shall be placed on the west side of Milwaukee Avenue and proceed to the
east under the road.
(c) No boring method shall be chosen which will potentially disrupt or endanger existing
adjacent underground utilities.
(d) Contractor is responsible for damage to existing pipe, cable and other utilities
affected during construction.
(e) Boring operations shall provide safe setbacks from the roadway to ensure continuous
service during construction.
(2) Boring under Parks roadways:
(a) Method of boring and casing for Parks area is at the discretion of the Contractor.
(b) Uncased bores are permitted in this portion of the construction.
(c) Contractor must accommodate Parks activity as coordinated with Owner
Representative. Operational methods and staging may be limited by Parks activity.
E. Contractor shall be fully responsible to insure the boring methods used are safe and adequate
for workers, installed pipe, property, the public, adjacent utilities and other site conditions.
F. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will
be allowed.
G. Contractor is responsible for removing all excavated material.
H. Contractor shall be responsible for trench safety and all traffic control requirements.
I. After installing the water pipe in the encasement the ends of the encasement must be sealed to
prevent soil creep into the pipe.
3.2 PIPE INSTALLATION
A. Contractor shall use approved joint restraint devices for pipe within casing.
B. Contractor shall use approved spacers as specified to install pipe in casing.
3.3 OPEN TRENCH ENCASEMENT
Water Line Change Out Phase 6 02445-72 January 2024
tv of
*Lubbock
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
Water Line Change Out Phase 6 02445-73 January 2024
tv of
*Lubbock
SECTION 02510: REDUCED PRESSURE ZONE DEVICES FOR WATER
DISTRIBUTION
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General
Requirements apply to Work in this Section.
1.2 SCOPE OF WORK
A. This Section includes backflow prevention by Reduced Pressure Zone (RPZ) devices on water -
distribution piping and related components outside of a building.
B. The Contractor shall provide RPZ devices as specified herein along with all installation, testing,
cleanup and safety work required.
1.3 REFERENCED DOCUMENTS
A. 40 CFR 141
B. 30 TAC 216, 290 & 291
C. AWWA C511-89
D. Most recent version of the City of Lubbock Design Standards
1.4 DEFINITIONS & ABREVIATIONS
A. ASME: American Society of Mechanical Engineers
B. ASSE: American Society of Sanitary Engineering
C. AWWA: American Water Works Association
D. FM: Factory Mutual
E. IAPMO: International Association of Plumbing and Mechanical Officials
F. PVC: Polyvinyl Chloride (plastic pipe)
G. OS&Y: Outside Screw & Yoke (valve)
H. RPZ: Reduced Pressure Zone (device)
L UL: Underwriter Laboratories
1.5 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Detail precast concrete vault assemblies and indicate dimensions, method of
field assembly, and components.
C. Coordination Drawings: For piping and specialties including relation to other services in same
area, drawn to scale. Show piping and specialty sizes and valves, meter and specialty locations,
and elevations.
D. Field quality -control test reports.
E. Operation and Maintenance Data: For water valves and specialties to include in emergency,
operation, and maintenance manuals.
Water Line Change Out Phase 6 02510 - 74 January 2024
tv of
*Lubbock
1.6 QUALITY ASSURANCE
A. Regulatory Requirements:
(1) Comply with rules, regulations, codes and standards listed in 1.2 "Applicable Codes &
Regulations."
B. Construction Requirements:
(1) Comply with the most recent release of the City of Lubbock Design Standards.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Preparation for Transport: Prepare valves according to the following:
(1) Ensure that valves are dry and internally protected against rust and corrosion.
(2) Protect valves against damage to threaded ends and flange faces.
(3) Set valves in best position for handling. Set valves closed to prevent rattling.
B. During Storage: Use precautions for valves according to the following:
(1) Do not remove end protectors unless necessary for inspection; reinstall for storage.
(2) Protect from weather; store indoors and maintain temperature higher than ambient dew -
point temperature.
(3) Support off the ground or pavement in watertight enclosures when outdoor storage is
necessary.
C. Handling:
(1) Use sling to handle valves if size requires handling by crane or lift.
(2) Rig valves to avoid damage to exposed parts.
(3) Do not use hand wheels or stems as lifting or rigging points.
D. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage,
and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture.
E. Protect stored piping from moisture and dirt. Elevate above grade. Do not exceed structural
capacity of floor when storing inside.
F. Protect flanges, fittings, and specialties from moisture and dirt.
G. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending.
1.8 PROJECT CONDITIONS
A. Interruption of Existing Water -Distribution Service: Do not interrupt service to facilities
occupied by Owner or others unless permitted under the following conditions and then only
after arranging to provide temporary water -distribution service according to requirements
indicated:
(1) Notify the Engineer no fewer than 2 (two) days in advance of proposed interruption of
service.
(2) Do not proceed with interruption of water -distribution service without Owner's written
permission.
PART 2 PRODUCTS
2.1 BACKFLOW PREVENTION DEVICES
A. Applicable Standards of Compliance:
Water Line Change Out Phase 6 02510 - 75 January 2024
tv of
*Lubbock
(1) All acceptable RPZs shall be listed or meet the requirements for approval by the following
agencies:
(a) ASSE 1013
(b) AWWA C511
(c) IAPMO
(d) FM 1221 (must include shut-off valves)
(e) UL 1469 (must include shut-off valves)
(2) All acceptable RPZs shall meet the Lead Plumbing Law's 0% lead content and be ASTM
90500 compliant and ANSI 3,d parry certified.
B. Reduced -Pressure -Principle Backflow Preventers:
(1) The function and construction of RPZ device shall be as follows:
(a) Body of RPZ shall be constructed of Ductile Iron.
(b) Two (2) Check Valves shall be mechanically independent, stainless steel spring -
loaded. Check valve clips and rings shall also be stainless steel.
(c) Pressure Relief Valve shall be hydraulically dependent differential pressure relief valve
with the sensing passage set in an integral cast ductile iron body, with a single access
cover.
(d) Include no less than four (4) vertical test cocks and two (2) shut-off valves
(2) Operation: Continuous -pressure applications.
(3) Pressure Loss: 12 psig maximum pressure drop, through middle 1/3 of flow range.
(4) Design Flow Rate: 300 gpm
(5) Body: Ductile iron
(6) End Connections: Flanged
(7) Configuration: narrow profile (Febco "N-Pattern" or similar)
C. Approved Device Manufacturers:
(1) Ames
(2) Febco
(3) Watts
(4) Wilkins
1.2 PROTECTIVE ENCLOSURES
A. Freeze -Protection Enclosures:
(1) Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
(a) EZ Box Model HEz
(b) Hot Box
(c) Safe-T-Cover
(2) Description: Insulated enclosure designed to protect aboveground water piping,
equipment, or specialties from freezing and damage, with heat source to maintain minimum
internal temperature of 40 degrees F when external temperatures reach as low as negative
34 degrees F.
(a) Standard: ASSE 1060.
Water Line Change Out Phase 6 02510 - 76 January 2024
tv of
",Lubbock
(b) Class L For equipment or devices other than pressure or atmospheric vacuum breakers.
(c) Class I-V: For pressure or atmospheric vacuum breaker equipment or devices. Include
drain opening in housing.
(1) Housing: Reinforced polyester or aluminum construction.
Size: Of dimensions as indicated on drawings, but not less than those required
for access and service of protected unit.
2. Drain opening for units with drain connection.
3. Access doors with locking devices.
4. Insulation inside housing.
5. Anchoring devices for attaching housing to concrete base.
(ii) Electric heating cable or heater with self-limiting temperature control.
B. Enclosure Bases:
(1) Description: 4-inch minimum thickness precast concrete, of dimensions required to extend
at least 6 inches beyond edges of enclosure housings. Include openings for piping from
below with opening sealed to prevent infiltration below base.
PART 3 EXECUTION
3.1 EARTHWORK
A. Refer to Sections 02240, 02260, 02317 and 02320 for all excavating, trenching, and backfilling.
3.2 VALVE APPLICATIONS
A. General Application: Use mechanical -joint -end valves for larger underground installation.
Use threaded- or flanged -end valves for installation in vaults. Use UL/FMG, non -rising stem
gate valves for installation with indicator posts. Use corporation valves and curb valves with
ends compatible with piping, for smaller installation.
B. Drawings indicate valve types to be used. Where specific valve types are not indicated, the
following requirements apply:
(1) Use the following for valves above ground:
(a) Smaller Gate Valves: Bronze, rising or non -rising stems allowed unless otherwise
indicated on drawings.
(b) Larger Gate Valves: AWWA, ductile iron, OS&Y rising stem, metal seated
(2) Pressure -Reducing Valves: Use for water -service piping aboveground to control water
pressure.
(3) Relief Valves: Use for water -service piping above ground.
(a) Air -Release Valves: To release accumulated air.
(b) Air/Vacuum Valves: To release or admit large volume of air during filling of piping.
(c) Combination Air Valves: To release or admit air.
(4) Detector Check Valves: Use for water -service piping above ground to detect unauthorized
use of water.
3.3 PIPING SYSTEMS - COMMON REQUIREMENTS
A. See Section 02665 "Water Works Piping" for basic piping construction.
Water Line Change Out Phase 6 02510 - 77 January 2024
tv of
*Lubbock
3.4 PIPING INSTALLATION
A. Water -Main Connection by Tapping: Tap water main according to requirements of water
utility company and of size and in location indicated.
(1) Make larger connections with tapping machine according to the following:
(a) Install tapping sleeve and tapping valve according to MSS SP-60.
(b) Install tapping sleeve on pipe to be tapped. Position flanged outlet for gate valve.
(c) Use tapping machine compatible with valve and tapping sleeve; cut hole in main.
Remove tapping machine and connect water -service piping.
(2) Install gate valve onto tapping sleeve. Comply with MSS SP-60. Install valve with stem
pointing up and with valve box.
(3) Make smaller connections with drilling machine according to the following:
(a) Install service -saddle assemblies and corporation valves in size, quantity, and
arrangement required by utility company standards.
(b) Install service -saddle assemblies on water -service pipe to be tapped. Position outlets
for corporation valves.
(c) Use drilling machine compatible with service -saddle assemblies and corporation
valves. Drill hole in main. Remove drilling machine and connect water -service piping.
(1) Install corporation valves into service -saddle assemblies.
(ii) Install manifold for multiple taps in water main.
(iii) Install curb valve in water -service piping with head pointing up and with service
box.
(4) Install PVC, AWWA pipe according to ASTM F 645 and AWWA M23.
(5) Bury piping with minimum depth of cover over top of pipe at least 48 inches and according
to the following:
(a) Install underground piping with restrained joints at horizontal and vertical changes in
direction.
(b) Use restrained -joint piping, thrust blocks, anchors, tie -rods and clamps, and other
supports.
3.5 JOINT CONSTRUCTION
A. See Section 02665 "Water Works Piping" for basic piping joint construction.
B. Make pipe joints according to the following:
(1) Ductile -Iron Piping, Gasketed Joints for Water -Service Piping: AWWA C600 and
AWWA M41.
(2) Ductile -Iron Piping, Gasketed Joints for Fire -Service -Main Piping: UL 194.
(3) Ductile -Iron Piping, Grooved Joints: Cut -groove pipe. Assemble joints with grooved -end,
ductile -iron -piping couplings, gaskets, lubricant, and bolts according to coupling
manufacturer's written instructions.
(4) PVC Piping Gasketed Joints: Use joining materials according to AWWA C900. Construct
joints with elastomeric seals and lubricant according to ASTM D 2774 or ASTM D 3139
and pipe manufacturer's written instructions.
(5) Install dielectric fittings in piping at connections of dissimilar metal piping and tubing.
Water Line Change Out Phase 6 02510 - 78 January 2024
tv of
*Lubbock
3.6 ANCHORAGE INSTALLATION
A. Anchorage, General: Install water -distribution piping with restrained joints. Anchorages and
restrained joint types that may be used include the following:
(1) Concrete thrust blocks.
(2) Locking mechanical joints.
(3) Set -screw mechanical retainer glands.
(4) Bolted flanged joints.
(5) Heat -fused joints.
(6) Pipe clamps and tie rods.
B. Install anchorages for tees, plugs and caps, bends, crosses, valves, and hydrant branches.
Include anchorages for the following piping systems:
(1) Gasketed-Joint, Ductile -Iron, Water -Service Piping: According to AWWA C600.
(2) Gasketed-Joint, PVC Water -Service Piping: According to AWWA M23.
(3) Bonded -Joint Fiberglass, Water -Service Piping: According to AWWA M45.
C. Apply full coat of asphalt or other acceptable corrosion -resistant material to surfaces of
installed ferrous anchorage devices.
3.7 VALVE INSTALLATION
A. AWWA Gate Valves: Comply with AWWA C600 and AWWA M44.
B. AWWA Valves Other Than Gate Valves: Comply with AWWA C600 and AWWA M44.
(1) Pressure -Reducing Valves: Install aboveground between shutoff valves.
(2) Relief Valves: Comply with AWWA C512. Install aboveground with shutoff valve on
inlet.
3.8 DETECTOR -CHECK VALVE INSTALLATION
A. Install aboveground.
B. Install for proper direction of flow. Install bypass with water meter, gate valves on each side
of meter, and check valve downstream from meter.
C. Support detector check valves, meters, shutoff valves, and piping on brick or concrete piers.
3.9 VACUUM BREAKER ASSEMBLY INSTALLATION
A. Install pressure vacuum breaker assemblies of type, size, and capacity indicated. Include valves
and test cocks. Install according to requirements of plumbing and health department and
authorities having jurisdiction.
B. Do not install pressure vacuum breaker assemblies in vault or other space subject to flooding.
3.10 BACKFLOW PREVENTER INSTALLATION
A. Install backflow preventers of type, size, and capacity indicated. Include valves and test cocks.
Install according to requirements of plumbing and health department and authorities having
jurisdiction.
B. Do not install backflow preventers that have relief drain in vault or in other spaces subject to
flooding.
C. Do not install bypass piping around backflow preventers.
Water Line Change Out Phase 6 02510 - 79 January 2024
tv of
*Lubbock
D. Support larger backflow preventers, valves, and piping with masonry piers or manufacturer
prescribed supports.
3.11 PROTECTIVE ENCLOSURE INSTALLATION
A. Install concrete base level and with top approximately 2 inches above grade.
B. Install protective enclosure over valves and equipment.
C. Anchor protective enclosure to concrete base.
3.12 CONNECTIONS
A. Connect water -distribution piping to existing water main as indicated on drawings.
B. Ground equipment according to City standards.
3.13 FIELD QUALITY CONTROL
A. Piping Tests: Conduct piping tests before joints are covered and after concrete thrust blocks
have hardened sufficiently. Fill pipeline 24 hours before testing and apply test pressure to
stabilize system. Use only potable water.
B. Hydrostatic Tests: Test at not less than one -and -one-half times working pressure for two hours.
C. Prepare reports of testing activities.
3.14 IDENTIFICATION
A. Install continuous underground detectable warning tape during backfilling of trench for
underground water -distribution piping.
B. Locate below finished grade, directly over piping. Underground warning tapes are specified
in Section 02300 "Earthwork."
3.15 CLEANING
A. Clean and disinfect water -distribution piping as follows:
(1) Purge new water -distribution piping systems and parts of existing systems that have been
altered, extended, or repaired before use.
(2) Use purging and disinfecting procedure prescribed by City of Lubbock Design Standards.
(3) Flush piping system with clean, potable water until dirty water does not appear at points of
outlet.
(4) Use purging and disinfecting procedure prescribed by City of Lubbock Design Standards
and AWWA C651 as follows:
(a) Fill system or part of system with water/chlorine solution containing at least 50 ppm
of chlorine; isolate and allow to stand for 24 hours.
(b) Drain system or part of system of previous solution and refill with water/chlorine
solution containing at least 200 ppm of chlorine; isolate and allow to stand for 3 hours.
(c) After standing time, flush system with clean, potable water until no chlorine remains
in water coming from system.
(d) Submit water samples in sterile bottles to Engineer or City Representative in
accordance with Section 01410 "Testing Laboratory Services." Repeat procedure if
biological examination shows evidence of contamination.
B. Reports:
(1) Prepare reports of purging and disinfecting activities.
Water Line Change Out Phase 6 02510 - 80 January 2024
tv of
*Lubbock
(2) If adjacent water lines are newly installed provide disinfection, testing and reports in
conjunction with purification and pre -service work required for new water lines.
END OF SECTION
Water Line Change Out Phase 6 02510 - 81 January 2024
tv of
*Lubbock
SECTION 02611: STEEL CASING PIPE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Minimum requirements for manufacturing, furnishing and
transporting Steel Casing Pipe to be installed by Open Cut or By
Other than Open Cut at the locations shown on the Drawings.
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 1 — General Requirements
2. Section 02317 —Utility Trench Excavation, Embedment and Backfill
3. Section 02445 — Boring and Encasing
1.2 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the
current reference standard published at the time of the latest
revision date logged at the end of this Specification unless a
date is specifically cited.
2. ASTM International (ASTM):
a. A139, Standard Specification for Electric -Fusion (Arc) -
Welded Steel Pipe (NPS Sizes 4 and Over).
3. American Water Works Association (AWWA):
a. C203, Coal -Tar Protective Coatings and Linings for Steel
Water Pipelines - Enamel and Tape - Hot Applied.
1.3 SUBMITTALS
A. Submittals shall be in accordance with Section 01300.
B. All submittals shall be approved by the Engineer or the City prior to delivery.
1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
Exterior Coating
a. Material data
b. Field touch-up procedures
2. Interior Coating
a. Material data
b. Field touch-up procedures
B. Shop Drawings
1. No shop drawings required for Auger Boring
2. For Tunneling, provide the following:
a. Furnish details for Steel Casing Pipe outlining the following:
1) Grout/lubrication ports
2) Joint details
Water Line Change Out Phase 6 02660 - 82 January 2024
tv of
",Lubbock
3) Other miscellaneous items for furnishing and fabricating pipe
b. Submit calculations in a neat, legible format that is sealed by
a Licensed Professional Engineer in Texas, consistent with
the information provided in the geotechnical report, and
includes:
1) Calculations confirming that pipe jacking capacity is
adequate to resist the anticipated jacking loads for each
crossing with a minimum factor of safety of 2
2) Calculations confirming that pipe capacity is adequate to
safely support all other anticipated loads, including earth
and groundwater pressures, surcharge loads, and handling
loads
3) Calculations confirming that jointing method will
support allloading conditions
1.5 DELIVERY, STORAGE, AND HANDLING
A. Delivery, Handling, and Storage
1. Prior to delivery of the pipe, end/internal bracing shall be
furnished and installed, as recommended by the manufacturer,
for protection during shipping and storage.
2. Deliver, handle and store pipe in accordance with
the Manufacturer's recommendations to protect
coating systems.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Design Criteria
1. The Contractor is fully responsible for the design of Steel Casing
Pipe that meets or exceeds the design requirements of this
Specification and that is specifically designed for installation by
the intended trenchless method.
2. For Steel Casing Pipe utilized for tunneling projects, consider the following:
a. Design of the casing pipe shall account for all installation
and service loads including:
1) Jacking loads
2) External groundwater and earth loads
3) Traffic loads
4) Practical consideration for handling, shipping and
other construction operations
5) Any other live or dead loads reasonably anticipated
b. Design shall be sealed and signed by a registered
Professional Engineer licensed in the State of Texas.
c. The allowable jacking capacity shall not exceed 50 percent
of the minimum steel yield stress.
d. Steel Casing Pipe shall have a minimum wall thickness as follows:
Water Line Change Out Phase 6 02660 - 83 January 2024
tv of
",Lubbock
Casing Pipe Diameter
(inches)
Minimum Wall Thickness
(inches)
36
0.56 Minimum
1. Steel Casing Pipe shall be provided with inside diameter
sufficient to efficiently install the required carrier pipe with
casing spacers as required in these specifications.
2. Furnish in lengths that are compatible with Contractor's shaft
sizes and allowable work areas.
3. Random segments of pipe will not be permitted for straight runs of casing.
a. Closing piece segments, however, shall be acceptable.
4. When required by installation method, provide grout/lubricant
ports along the pipe at intervals of 10 feet or less.
a. Ports and fittings shall be attached to the pipe in a manner that
will not materially affect the strength of the pipe nor interfere
with installation of carrier pipe.
b. Plugs for sealing the fittings shall be provided by the
Contractor and shall be capable of withstanding all external
and internal pressures and loads without leaking.
B. Materials
1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A 139,
Grade B.
2. Dimensional Tolerances
a. Furnishing and installing Steel Casing Pipe with dimensional
tolerances thatare compatible with performance requirements
and proposed installation methods that meet or exceed the
specific requirements below:
1) Minimum wall thickness at any point shall be at least
87.5 percent of the nominal wall thickness.
2) Outside circumference within 1.0 percent or 3/4
inch of the nominal circumference, whichever is
less.
3) Outside diameter of the pipe shall be within 1/8 inch of the
nominal outside diameter.
4) Roundness such that the difference between the major
and minor outside diameters shall not exceed 0.5
percent of the specified nominal outside diameter or 1/4
inch, whichever is less.
5) Maximum allowable straightness deviation of 1/8
inch in any 10-foot length.
All steel pipe shall have square ends.
a. The ends of pipe sections shall not vary by more than 1/8 inch
at any point from a true plane perpendicular to the axis of the
pipe and passing through the center of the pipe at the end.
b. When pipe ends have to be beveled for welding, the ends shall
be beveled on the outside to an angle of 35 degrees with a
tolerance of ± 2'/2 degrees and with a width of root face 1/16
Water Line Change Out Phase 6 02660 - 84 January 2024
tv of
*Lubbock
inch f 1/32 inch.
4. Steel Casing Pipe shall be fabricated with longitudinal weld seams.
a. All girth weld seams shall be ground flush.
C. Finishes
1. Provide outside of Steel Casing Pipe with a Fusion Bonded Epoxy
Coating (FBE) with an Abrasion Resistant Overcoating (ARO) or
approved equivalent protective coating in accordance with the
requirements of AWWA C203.
END OF SECTION
Water Line Change Out Phase 6 02660 - 85 January 2024
tv of
*Lubbock
SECTION 02665: WATER PIPING, VALVES, AND FITTINGS
PART1 GENERAL
1.1 SUMMARY
A. This section of the specifications covers all water piping, valves, and fittings required for the
project.
B. Section Includes:
(1) Material Schedule
(2) Submittals
(3) References
(4) Materials
(5) Polyvinyl Chloride (PVC) Pipe
(6) Ductile Iron Pipe
(7) Concrete Cylinder Pipe
(8) Pipe Fittings
(9) Flexible Couplings and Flanged Coupling Adapters
(10) Pipe Joints
(11) Steel Casing
(12) Valves
(13) Fire Hydrants
(14) Polyethylene Wrap
(15) Joint Restraints
(16) Concrete
(17) General
(18) Inspection
(19) Responsibility for Materials
(20) Handling Pipe and Accessories
(21) Alignment and Grade
(22) Manner of Handling Pipe and Accessories in Trench
(23) Cleaning and Inspecting
(24) Laying and Jointing PVC Pipe
(25) Plugging Dead Ends
(26) Fittings
(27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings
(28) Thrust Restraint
(29) Excavation, Trenching and Backfilling
(30) Line Testing
(31) Disinfection of Pipelines
(32) Installation of Steel Pipe Casing and Pipe in Casing
(33) Pipe Identifiers
Water Line Change Out Phase 6 02920 - 86 January 2024
tv of
Lubbock
(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 I I I — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings.
D. AWWA C 104 — Rubber Seated Butterfly Valves.
E. AWWA 509 — Resilient Seated Gate Valves for Water Supply.
F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch
through 12 inch, for water distribution.
G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch
through 48 inch, for water transmission and distribution.
H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and
other Liquids.
L AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type
J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger
K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel
Water Pipe - 4 in. and Larger -Shop Applied
L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe
M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144"
N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings
O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special
Sections, Connections, and Fittings for Steel Water Pipelines
Water Line Change Out Phase 6 02920 - 87 January 2024
tv of
*Lubbock
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-I I Steel Pipe - A guide for Design and Installation
W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature
Service.
X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated
Welded and Seamless
Y. ASTM E 165 Method for Liquid Penetrant Examination
Z. ASTM E 709 Guide for Magnetic Particle Examination
AA. ASME Section V Nondestructive Testing Examination
BB.ASME Section IX Welding and Brazing Qualification.
CC.AWS B2.1 Standard for Welding Procedure and Welding Qualifications.
PART 2 PRODUCTS
2.1 MATERIALS
A. All pipe, fittings, and valves shall be new and of the best quality in material and
workmanship.
B. All pipe, fittings, and valves shall conform to American National Standards Institute/National
Sanitation Foundation (ANSI/NSF) Standard 61.
C. In areas where natural gas lines exist, and are cathodically protected by means of impressed
current, only electrically non-conductive pipe shall be allowed.
2.2 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18.
B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the
PVC pipe shall be cast iron equivalent.
C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and
spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and
insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint
length shall be twenty (20) feet.
D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including
nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and
seal of testing agency that verified the suitability of the pipe material for potable water.
Water Line Change Out Phase 6 02920 - 88 January 2024
tv of
Lubbock
TEXAS
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.
Water Line Change Out Phase 6 02920 - 89 January 2024
�Lubb�of
ocTEXAS
B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in
accordance with AWWA C 104.
C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise
specified or shown on the Drawings.
D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C 153 110. Fittings shall
be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings.
E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but
in no case less than 150 psi.
F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating
and shall be cement -lined in accordance with the specifications for coating and lining the
pipe.
G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile
iron pipe and shall be subjected to the same test requirements. Marking and weighing shall
be as required for ductile iron pipe.
H. Where flanged fittings are used, the flanges shall be of the same material as the fitting.
Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the
fitting. Screwed -on bells will not be acceptable.
2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on
the Drawings and at other locations required for installation of the piping system.
B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint.
Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers
shall be stainless steel.
2.7 PIPE JOINTS
A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C 111.
B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111.
2.8 STEEL CASING
A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi
meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating.
B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design
Standards and Specifications.
C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide
support around the periphery of the pipe should the pipe twist as it is pushed through the
casing.
D. The spacers shall be of a projection type that has a minimum number of projections around
the circumference totaling the number of diameter inches. For example, eight (8) inch pipe
shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a
minimum of eighteen (18) projections.
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.
Water Line Change Out Phase 6 02920 - 90 January 2024
tv of
*Lubbock
F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load
anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits
per spacer listed in the brochure.
G. These values in the brochure include conservative safety factors for class spacer used.
Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on
plans.
H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed
sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and
quality.
L Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the
Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel
bands.
2.9 VALVES
A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on
the plans or specified herein. All valves shall be designed for a working pressure of at least
150 psi unless otherwise noted.
B. Gate Valves:
(1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze
mounted throughout and shall meet all requirements of AWWA C 509.
(2) The valves shall be of the type of joint used in the piping.
(3) All valves shall open by turning to the left, and unless otherwise specified, shall have
non -rising stem when buried and outside screw and yoke when exposed, and be
furnished with a two (2) inch operating nut when valves are buried and shall be
furnished with hand wheels when exposed.
(4) Gate valves shall be furnished with O-ring stem packing.
(5) All gate valves shall be designed to withstand a working pressure of 200 psi unless
otherwise noted.
(6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications.
(7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and
sound without defects that will impair their service. No plugging or welding of such
defects will be allowed.
(8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with
ASTM 307 and A563, respectively.
(9) All parts for valves furnished must be standard and completely interchangeable with
valves of the same brand. Successful bidder to furnish to the Owner, upon request, a
letter stating the type of valves to be installed and a letter from the manufacturer stating
that the parts are standard and interchangeable.
C. Valve Boxes and Extension Stems:
(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.
Water Line Change Out Phase 6 02920 - 91 January 2024
tv of
*Lubbock
(3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe,
which will be used, as an extension from the top of the valve to within six (6) inches of
the ground surface.
(4) The box shall have a heavy cast iron cover marked "Water".
(5) The box shall have a flange type base, with the base being approximately four (4)
inches larger in diameter than the outside diameter of the barrel of the box.
(6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension
shall be considered as a part of the box.
(7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal.
D. FIRE HYDRANTS
(1) Hydrants shall meet the City of Lubbock Design Standards and Specifications
(2) Hydrants shall meet AWWA C-502
(3) Hydrants shall have an iron body, bronze mounted throughout and be designed for
working pressure of 150 psi.
(4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch
hose nozzles, and one (1) 4-inch steamer nozzle.
(5) The hydrant shall be for a 6-inch main.
2.10 POLYETHYLENE WRAP
A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a
polyethylene material meeting the requirements of ASTM D 1248.
B. The polyethylene material shall have a minimum thickness of eight (8) mils.
C. The wrap shall be secured by two (2) inch duct tape.
2.11 JOINT RESTRAINTS
A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal.
B. Must meet all pressure testing requirements of ASTM F-1674.
C. Materials must meet requirements of ASTM A-536.
D. Install per manufacturer's recommendations.
2.12 CONCRETE
A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete
specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum
compressive strength of 2,800 psi will be acceptable.
PART 3
3.1 GENERAL
EXECUTION
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
Water Line Change Out Phase 6 02920 - 92 January 2024
tv of
*Lubbock
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 furmshed and shall replace, at the
Contractor's expense, all such material that is found to be defective in manufacture or has
become damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the
point of delivery, hauled to and distributed at the site of the Work by the Contractor.
B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a
manner as to avoid shock or damage to the materials. Under no circumstances shall they be
dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the
ground.
C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be
kept as free as possible from dirt, sand, mud, and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as
established on the ground by the Engineer.
B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment
and grade of the proposed water line.
C. Confirm compliance with the Drawings and Specifications.
D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, the degree of deflection at each joint shall not exceed the maximum deflection
noted on the Drawings.
3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade inspected, the
pipes and accessories may be placed in the trench.
B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of
derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent
damage to the material in any way. Under no circumstances shall pipe or accessories be
dropped or dumped into the trench.
3.7 CLEANING AND INSPECTING
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.
Water Line Change Out Phase 6 02920 - 93 January 2024
tv of
*Lubbock
3.8 LAYING AND JOINTING PVC PIPE
A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying;
and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up
grade.
B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in
the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe
shall be closed by approved means, and not trench water shall be permitted to enter the pipe.
D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for
such work, except by permission of the Engineer.
E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell
and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire
brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made.
F. Defective joints shall be repaired as directed by the Engineer.
G. Mechanical Joint Piping:
(1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint
pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign
matter from the joint, and then painted with lubricant recommended by the pipe
manufacturer.
(2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip
extension of the gland toward the socket or bell end.
(3) The rubber gasket shall be painted with lubricant recommended by the pipe
manufacturer and placed on the spigot end with the thick edge toward the gland.
(4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell.
(5) The gasket shall then be pressed into place within the bell; care shall be taken to locate
the gasket evenly around the entire joint.
(6) The gland shall be moved along the pipe into position for bolting, all of the bolts
inserted, and the nuts screwed up tightly with the fingers.
(7) All nuts shall be tightened with a suitable torque limiting wrench.
(8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an
equal pressure on all parts of the gland.
H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line
and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid.
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
Water Line Change Out Phase 6 02920 - 94 January 2024
tv of
*Lubbock
A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and
spigot ends shall be capped.
B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the
pipe.
C. All plugs and caps shall have horizontal thrust blocks.
3.10 FITTINGS
A. Fittings shall be set at the locations shown on the plans or at locations as established by the
Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe
installations. Concrete blocking shall be provided for all buried fittings.
3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS
A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and
jointed to the pipe in the manner heretofore specified for pipe installations.
B. All valves shall be hub end as required and all valves buried in the ground shall have a cast
iron or precast concrete valve box set over the valve.
C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked
for operation prior to installation.
D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior
to installation.
E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if
necessary.
F. Valve Boxes:
(1) Valve boxes shall be firmly supported and maintained centered and plumb over the
wrench nut of the valve, with the box cover flush with the surface of the ground or at
such a level as directed by the Engineer.
(2) All valve boxes under pavement shall be adjusted to finished pavement grades.
G. Fire Hydrants:
(1) Fire hydrants shall be located at the points shown on the Drawings.
(2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with
the steamer nozzle at right angles to the street.
(3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant
lead or branch.
(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.
Water Line Change Out Phase 6 02920 - 95 January 2024
tv of
*Lubbock
(9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access
way.
3.12 THRUST RESTRAINT
A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with
suitably restrained joints per the manufacturer's recommendation.
B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical
joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust
blocking. Thrust blocking will be allowed only under special circumstances as approved by
the Engineer.
3.13 EXCAVATION, TRENCHING AND BACKFILLING.
A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122.
B. Backfill around pipe with specified granular bedding material that is free of large rocks,
topsoil, debris or other unacceptable material.
C. The Backfill around the pipe shall be shovel sliced around the haunch of the pipe and
mechanically compacted or hand tamped to a point 12 inches above the top of the pipe.
D. Backfill from 12 inches above the pipe to the finished grade will be as follows:
(1) For unpaved areas:
(a) Use excavated material that is free of large rocks, debris or other material determined
unsuitable by the Owner's Representative. Backfill shall be placed in maximum six
(6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum
moisture content.
(b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM
designation D-698.
(c) These tests shall be performed by a reputable contractor specializing in geotechnical
work and will be at the successful bidder's expense.
(d) Copies of these tests shall be provided to the Owners Representative.
(2) For paved areas:
(a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under
the bottom of the pavement in a minimum thickness of 12".
(b) The Backfill from 12-inches above the top of pipe to the CSB shall be in placed in
maximum 6 inch lifts and compacted to 95% Standard Proctor Density.
(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.
Water Line Change Out Phase 6 02920 - 96 January 2024
tv of
",Lubbock
B. The Contractor shall provide suitable means for filling the lines and developing the required
pressure in the lines.
C. Testing procedure shall be as follows:
(1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours.
(2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test
section is at least 100 percent, but not greater than 120 percent of the pressure class of
the pipe, and the minimum pressure at the highest point in the test section is not less
than 85 percent of the pressure class of the pipe.
D. Allowable Leakage —The maximum allowable leakage for push -on joints is the number of
gallons per hour as determined by the following formula(s):
E. PVC: Ductile Iron:
(1) L = ND(P) 1�2 L = SD(P) 1�2
(2) 7,400 133,200
(3) where:
(a) L = allowable leakage in gallons per hour
(b) N = number of joints in length of pipe tested
(c) S = length of pipe
(d) D = nominal diameter of the pipe in inches
(e) P = average of the maximum and minimum pressures within the test section
in psi
F. Any leakage which becomes evident prior to final acceptance of the project shall be found
and repaired to the satisfaction of the Engineer even though the particular line has been
previously accepted and tested.
3.15 DISINFECTION OF PIPE LINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection
of all pipe lines, which shall be disinfected before being placed in service.
B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the
requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe
during construction.
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:
Water Line Change Out Phase 6 02920 - 97 January 2024
tv of
*Lubbock
(1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch
diameter steel pipe and fittings with isolation valves and sampling taps.
(2) Water used for the initial flushing as well as the final chlorination shall be introduced
into the pipeline through a corporation stop or other approved connection inserted in the
horizontal axis of the newly laid pipe.
(3) No connection to the existing distribution system is allowed until the pipeline has
passed all bacteriological testing.
G. Final Flushing:
(1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of
initial chlorination.
(2) Flush water in a location and manner approved by the Engineer.
(3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0
mg/L.
H. Sampling and Analysis:
(1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample
from each end of the pipeline in the presence of the Engineer or Owner's representative.
(2) The Owner's representative or the Engineer shall deliver the samples to the City of
Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for
analysis.
(3) Collect samples after the initial disinfection and after the facilities have been filled with
chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected.
I. Acceptance:
(1) Facilities will be considered properly disinfected when two (2) consecutive sets of
acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have
indicated the absence of coliform organisms.
J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps.
The pipeline may then be connected to the City of Lubbock water distribution system.
3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING
A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein.
B. Equipment used shall be such size and capacity as to allow the placement of the casing to
proceed in a safe and expeditious manner. Installation of the casing and the excavation and
removal of the materials within the casing shall proceed simultaneously.
C. The boring shall proceed from a pit provided for the boring equipment and workers.
D. Excavation and location of the pit shall be approved by the Engineer and County as
appropriate.
E. Boring without the concurrent installation of the casing pipe will not be permitted.
F. The use of water or other fluids in connection with the boring operation will be permitted
only to the extent of lubricating cuttings.
G. Jetting will not be permitted.
H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the
entire length of the installation.
L All casing pipe joints shall be welded.
J. Care shall be taken to keep the pipe sleeve on the proper line and grade.
Water Line Change Out Phase 6 02920 - 98 January 2024
tv of
*Lubbock
K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe
shall be shoved through the casing.
L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the
pipe and not on the bell, and shall be done in such a manner that the joint is always in
compression during the shoving operation.
3.17 PIPE IDENTIFIERS
A. Marking Tape:
(1) All pipes installed in an open trench will be identified with the appropriate color and
description of three (3) inch wide pipe identification tape.
(2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve
(12) to eighteen (18) inches.
(3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector
from the top of finished grade.
(4) Install detectable tape as deep as it can be detected but no closer to the non-metallic
pipe than twelve (12) inches.
B. Locator Wire:
(1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper
with 30 mil HDPE thermoplastic insulation directly above piping.
3.18 CLEANUP
A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and
any excess dirt shall be removed from the site.
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final
completion and acceptance of the Work.
C. The maintenance shall include blading from time to time as necessary, filling depressions
caused by settlement, and other work required to keep areas in a presentable condition.
END OF SECTION
Water Line Change Out Phase 6 02920 - 99 January 2024
tv of
*Lubbock
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.
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.
Water Line Change Out Phase 6 03300 - 100 January 2024
tv of
*Lubbock
C. Indicate amounts of mix water withheld for later addition at Project site. Water added at
project site will not be permissible without paperwork showing how much water has been
withheld.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete work similar
in material, design, and extent to that indicated for this Project and whose work has resulted
in construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94 requirements for production facilities and equipment.
C. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
D. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, each aggregate from one source, and each admixture
from the same manufacturer.
E. ACI Publications: Comply with the following, unless more stringent provisions are
indicated:
(1) ACI 301 — Specification for Structural Concrete
(2) ACI 117 —Specifications for Tolerances for Concrete Construction and Materials.
1.5 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
B. Avoid damaging coatings on steel reinforcement.
PART 2 PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true,
and smooth concrete surfaces. Furnish in largest practicable size to minimize number of
joints.
B. Plywood, metal, or other approved panel material.
C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved
material. Provide lumber dressed on at least two edges and one side for tight fit.
D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\
E. Form -Release Agent: Commercially formulated form -release agent that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces.
F. Formulate form -release agent with rust inhibitor for steel form -facing materials.
G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic
form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling
of concrete on removal.
H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the
exposed concrete surface.
L Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in
concrete surface.
Water Line Change Out Phase 6 03300 - 101 January 2024
tv of
*Lubbock
J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or
waterproofing.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded wire fabric in place.
B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire,
plastic, and as follows:
(1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms,
use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports.
(2) For slabs -on -grade, use supports with sand plates or horizontal runners where base
material will not support chair legs.
(3) Wood, concrete, or clay blocks are not permissible.
C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with
ends square and free of burrs.
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
B. Fly Ash: ASTM C 618, Class C.
C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
D. Class: Moderate weathering region, but not less than 3M.
E. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-
soluble chloride ions by mass of cementitious material and to be compatible with other
admixtures and cementitious materials. Do not use admixtures containing calcium chloride.
B. Air -Entraining Admixture: ASTM C 260.
C. Water -Reducing Admixture: ASTM C 494, Type A.
D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B.
B. Curing blankets approved by the Engineer.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be
applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent
elevations.
Water Line Change Out Phase 6 03300 - 102 January 2024
tv of
*Lubbock
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.
Water Line Change Out Phase 6 03300 - 103 January 2024
tv of
',Lubbock
(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.
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, linkages, keyways, reglets, blocking, screeds, and
bulkheads required in the Work. Determine sizes and locations from trades providing
such items.
Water Line Change Out Phase 6 03300 - 104 January 2024
tv of
*Lubbock
(12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust,
dirt, and other debris just before placing concrete.
(13) Retighten forms and bracing before placing concrete, as required, to prevent mortar
leaks and maintain proper alignment.
(14) Coat contact surfaces of forms with form -release agent, according to manufacturer's
written instructions, before placing reinforcement.
3.2 EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining work
that is attached to or supported by cast -in -place concrete.
B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items
to be embedded.
C. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not
support weight of concrete may be removed after cumulatively curing at not less than 50
degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not
be damaged by form -removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports
weight of concrete in place until concrete has achieved the following:
(1) At least 70 percent of 28-day design compressive strength.
C. Determine compressive strength of in -place concrete by testing representative field or
laboratory cured test specimens according to ACI 301.
D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply
new form -release agent.
E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints.
Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete
surfaces unless approved by Architect.
3.4 SHORES AND RESHORES
A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation,
and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and
provide adequate reshoring to support construction without excessive stress or deflection.
3.5 STEEL REINFORCEMENT
A. Comply with CRSI's Manual of Standard Practice for placing reinforcement.
B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before
placing concrete.
C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
D. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not tack
weld crossing reinforcing bars.
Water Line Change Out Phase 6 03300 - 105 January 2024
tv of
',Lubbock
E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed
to drive over reinforcement.
3.6 JOINTS
A. Construction joints true to line with faces perpendicular to surface plane of concrete.
B. Install so strength and appearance of concrete are not impaired, at locations indicated or as
approved by Architect.
C. Place joints perpendicular to main reinforcement. Continue reinforcement across
construction joints, unless otherwise indicated. Do not continue reinforcement through sides
of strip placements of floors and slabs.
D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with
keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete.
E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in
girders a minimum distance of twice the beam width from a beam -girder intersection.
F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders
and at the top of footings or floor slabs.
G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near
corners, and in concealed locations where possible.
H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially
hardened concrete surfaces.
L Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning
concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-
fourth of concrete thickness, as follows:
(1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof
abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when
cutting action will not tear, abrade, or otherwise damage surface and before concrete
develops random contraction cracks.
(2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at
the tangent point on each return at intersections and at the end of each day's concrete
pour.
(a) A construction or contraction joint shall be located at intervals corresponding to the
joint interval of the adjacent concrete pavement or as directed by the Owner's
Representative.
(b) Joints in the new concrete pavement shall extend through the new curb and gutter
unless otherwise directed by the Owner's Representative.
(c) All joints shall be perpendicular to the surface of the concrete and to the axis of the
section.
(d) The contraction joints shall be made by cutting into the curb and gutter sections with
a trowel a depth of 22 inches; these joints shall be finished as specified under
finishing.
(e) Expansion joint material shall be an approved preformed bituminous impregnated
non -extruding type jointing material, meeting the requirements of AASHTO M 213.
The joint material shall be 1/2 inch thick, and shaped to the section of the curb and
gutter or other work.
Water Line Change Out Phase 6 03300 - 106 January 2024
tv of
",Lubbock
(3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet.
Expansion joints shall be placed between existing and new setting of concrete.
(4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at
joints where indicated.
(a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent
concrete bonding to one side of joint.
3.7 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded
items is complete and that required inspections have been performed.
B. Do not add water to concrete during delivery, at Project site, or during placement, unless
approved by the Engineer.
C. Before placing concrete, water may be added at Project site, subject to limitations of ACI
301.
D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix.
E. Water may not be added beyond the limit of water withheld from the plant.
F. Deposit concrete continuously or in layers of such thickness that no new concrete will be
placed on concrete that has hardened enough to cause seams or planes of weakness.
G. If a section cannot be placed continuously, provide construction joints as specified.
H. Deposit concrete to avoid segregation.
I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to
avoid inclined construction joints. Place each layer while preceding layer is still plastic, to
avoid cold joints.
J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and
procedures for consolidating concrete recommended by ACI 309R.
(1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator.
(2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding
layer.
(3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity.
(4) At each insertion, limit duration of vibration to time necessary to consolidate concrete
and complete embedment of reinforcement and other embedded items without causing
mix constituents to segregate.
K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits
of construction joints, until placement of a panel or section is complete.
L. Consolidate concrete during placement operations so concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
M. Maintain reinforcement in position on chairs during concrete placement.
N. Screed slab surfaces with a straightedge and strike off to correct elevations.
O. Slope surfaces uniformly to drains where required.
P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface
plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface.
Do not further disturb slab surfaces before starting finishing operations.
Water Line Change Out Phase 6 03300 - 107 January 2024
tv of
*Lubbock
Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work
from physical damage or reduced strength that could be caused by frost, freezing actions, or
low temperatures.
(1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit,
uniformly heat water and aggregates before mixing to obtain a concrete mix
temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees
Fahrenheit at point of placement.
(2) Do not use frozen materials or materials containing ice or snow. Do not place concrete
on frozen subgrade or on subgrade containing frozen materials.
(3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators, unless otherwise specified and approved in mix designs.
R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as
follows, when hot weather conditions exist:
S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees
Fahrenheit at time of placement.
T. Chilled mixing water or chopped ice may be used to control temperature, provided water
equivalent of ice is calculated to total amount of mixing water.
U. Using liquid nitrogen to cool concrete is Contractor's option.
V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed
ambient air temperature immediately before embedding in concrete.
W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep
subgrade moisture uniform without standing water, soft spots, or dry areas.
3.8 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated,
after work of other trades is in place.
B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other
miscellaneous concrete filling indicated or required to complete Work.
3.9 CONCRETE PROTECTION AND CURING
A. Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold -weather protection and with
recommendations in ACI 305R for hot -weather protection during curing.
B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces.
(1) Leave forms in place for a minim of 3 days.
(2) Upon removal of forms, apply approved curing compound.
C. Unformed Surfaces: Begin curing immediately after finishing concrete.
(1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other
surfaces, by the following method:
D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin
immediately after final finishing of slab surface and shall consist of continuous misting by
sprinkler or wet burlap.
(1) No work will be permitted on the slab during wet curing.
Water Line Change Out Phase 6 03300 - 108 January 2024
tv of
",Lubbock
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
Water Line Change Out Phase 6 03300 - 109 January 2024
Page Intentionally Left Blank
(FM 1204) DREW
= 1
KEUKA
17ONEMLL S T
BLUEFELD ST. DID
VLLANDVA N
NEYCDILB
KENT ST.
FURIIAN
ADRAIN�
URSULINE ST.
PRINCEWN R
KELIPER Fj
ERSKINE ST.
COLGATE 8
1ST ST.
47N ST.
�ATION 97N 91.
1 I- ST.
24T1 ST-
ST
29Di S7.
341N sr.
39TN W.
447N SI.
507N SI.
557" ST.
SIST ST.
007N ST.
72ND ST.
77TH ST.
am ST.
BBTN ST.
am ST.
Elm ST.
1011N SL
109111 3T.
1141N ST.
11BDi ST.
1247H ST.
F.M. 1585 (1307H ST.)
1347H ST.
1407H SF.
14B7H ST.
152ND ST.
WOODROW RD. iQQ'( PQj
a 9.1 BJ 7. n 7300
L
J
IJ
� yQQx
2Bo 3400 2500 000 g too 81700 13300 100 •
VICINITY MAP
a
a
R
(FM 1294) DREW
KEUKA
SIONENLL
rBLLIEFELD 57
VILLANOVA
NEWCOMB
3800 KENT ST.
FURMAN
ADRNN
Poo URSULINE SI.
PRINCETON
KENPER
BOD ERSKINE ST.
COLOATE
1ST ST.
— 47N ST.
BTN ST.
147N ST.
127" ST.
247H ST.
0 207" !IT.
347H ST.
307N ST.
447N ST.
501N ST,
557" ST.
GIST ST.
BB7H ST.
72ND ST.
77TH ST.
1 02ND ST.
am ST.
23RD ST.
9117" ST.
f041N ST.
1097H ST.
1147N ST.
1187H ST.
1247H ST.
F.N. 15M (130TN ST.)
1. ST.
14DTH ST.
14B7H ST.
Ism ST.
WOODROW RD,
11V r/-xvCU HKCHJ, rVK ALL V/-XLVCJ I V Dr- I.LVJCU HIVU ADAIVUVIVCU, I nr- wim I KAI.I VK Jn/-XLL KCFIVVC
VALVE BOXES, FILL THEM WITH CEMENT STABILIZED MATERIAL TO WITHIN 2 INCHES OF SURFACE. TOP
2 INCHES SHALL BE HMAC IF SURROUNDING PAVEMENT IS ASPHALT OR CONCRETE IF SURROUNDING
PAVEMENT IS CONCRETE.
ALL DOMESTIC WATER SERVICE CONNECTIONS AND WATER METERS SHALL BE A MINIMUM OF 1" IN SIZE
UNLESS OTHERWISE NOTED, LINE SIZE SHALL MATCH THE WATER METER SIZE.
SEWER SERVICE SHALL BE A MINIMUM OF 4" IN SIZE. SIZE ON SIZE SEWER SERVICE CONNECTIONS
SHALL NOT BE ALLOWED.
SITE SPECIFIC GENERAL NOTES:
EXISTING ASPHALT SURFACING REMOVED DURING CONSTRUCTION SHALL BE SALVAGED AND DELIVERED
TO 8425 NORTH AVENUE P. THE CONTRACTOR SHALL COORDINATE WITH THE STREET MAINTENANCE SUPERVISOR
BY CALLING 806-775-2358.
ALL WATER LINES SHALL BE INSTALLED AT A MINIMUM OF 2 FEET ABOVE AND A MINIMUM
OF 4 FEET HORIZONTAL SPACE BETWEEN OUTSIDE DIAMETERS FROM EXISTING SANITARY
SEWER MAINS.
IF THIS SEPARATION CANNOT BE ACHIEVED, CONTACT ENGINEERING INSPECTION FOR
DIRECTION PRIOR TO INSTALLING PIPELINE.
SWPPP
1. LESS THAN 1 ACRE - MS4 ONLY
SINCE TOTAL LAND DISTURBANCE IS LESS THAN ONE ACRE AT A GIVEN TIME, TPDES CGP AND SWP3
REQUIREMENTS DO NOT APPLY. HOWEVER, BMP'S ARE RECOMMENDED ONSITE, ESPECIALLY SURROUNDING
SENSITIVE MS4 FEATURES. PER CITY OF LUBBOCK ORDINANCE 22.11, THE CITY OF LUBBOCK RETAINS THE
AUTHORITY TO REQUIRE A SWP3 AND INSTALLATION OF BMP'S IF SITE(S) IS DISCHARGING EXCESS
POLLUTANTS INTO MSA.
2. 1 - 4.99 ACRES - SMALL CONSTRUCTION SITE
• PREPARE AND SUBMIT SWP3 TO CITY OF LUBBOCK NO LATER THAN 7 DAYS PRIOR TO
COMMENCEMENT OF LAND DISTURBANCE; MUST BE SUBMITTED THROUGH CSS PORTAL FOUND AT
LUBBOCKSTORMWATER.ORG/
• SWP3 MUST BE PREPARED TO TCEQ AND CGP STANDARDS
• INCLUDE COMPLETED CITY OF LUBBOCK COVER PAGE
• CITY OF LUBBOCK PROJECT - REVIEW FEE WILL BE WAIVED COOR
. CI IRMTT 4KIr) D(1CT CMAI I ('()N(ZTD1 I('TTr)KI CTTF N(1TT('F Pr)D \/TFVVTKI(, 4T ('()N(ZTD1 lr-rTr)KI CTTF
0+65
- RECONNECT EXISTING WATER SERVICE
1+10
FER SERVICE TO
- RECONNECT EXISTING WATER SERVICE
ERVE AMERICAN 1+34
AND ARBOR __
- RECONNECT EXISTING WATER SERVICE
-'" -' 3+17
`
- RECONNECT EXISTING WATER SERVICE
3+38
- RECONNECT EXISTING WATER SERVICE
3+45
- -
- 6" PLUG
- RCI.V IV IV C\.I CA13I INN VV/11 CR
1+64
- RECONNECT EXISTING WATER
2+13
- RECONNECT EXISTING WATER
2+65
- RECONNECT EXISTING WATER
3+06
- RECONNECT EXISTING WATER
3+66
- RECONNECT EXISTING WATER
3+70
- RECONNECT EXISTING WATER
4+27
- RECONNECT EXISTING WATER
4+78
- RECONNECT EXISTING WATER
4+79
- RECONNECT EXISTING WATER
5+37
- RECONNECT EXISTING WATER
5+95
- RECONNECT EXISTING WATER
s—s—s—s—sTs—s—s—
I
1 7--r TT ---''' ---------------1------ ----
I I I
m ARBOR GARDEN
z APARTMENTS
3 I I=
EXISTING 6" VCT SEWER
I I I I
f/S EXISTING 6" VCT SEWER
I , I
1p
W-4 PROPOSED 6" PVC WATER LIN
—s s —s —s —s s —s s —s —s —s —s —s s —s i s —s —s s s —s —s —sF—s — —s —s
car cu ea x��brA- o o + o of �F�
T----------T r r r r r r------------------------r
I I I I I I I I I I I
I I I I I I I I I I I
I I I I I I I I I I I
I I I I I I I I I I I
I I
I I
5, W/S
I I
I I
_0 o
W w
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
Im I
Z
� 14
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
--L----- ----L-
I I
I I
I I
I I
I I
I I
I I
---------------- --L--- W-5
37TH ST
WATER LINE 6
0+00
- 6"x 6" CUT IN TEE
- 6" GATE VALVE
0+26
- FIRE HYDRANT LOCATION
TO BE VERIFIED IN FIELD
WATER LINE 7
0+00
- 8"x 6" TAPPING SLEEVE
AND VALVE
I I I I I I
I I I I I I
I I I I I I
I I I I I I
I I I I I I
I I I I I I
SED 6" PVC WATER LINE ____i________-_ _i-_
of o of of of o — — of-x�� F of + oF� 6r t o
w — w —w �� —W �� �� �"v �Dc— �� w — W -
s s s s —s —s s —s —s s —s —s s —s —s —s —s -
- G- G G- G- G- - G- G- G- G- G G- G- G G-
k�---OFM�- 61ik�-OFH•� Fk� 61-�OFIF� 6ffF�Ohiki-�flhk�6f
I I I I
I I I I I
I I I I I
I I I I I
I I I I
I I I I I
I I I I I
I I I I I
I I I I
I I I I I
I I I I I
I I I I I
I I I I I
18 19 20 1 21 1 22
I I I I
I I I I I
I I I I I
I I I I I
I I I I
I I I I I
I I I I I
I I I I I
I I I I
I I I I I
I I I I I
I I I I I
I I I I
---------- ------------- ------------- ------------- -------------
I I I I I I
I I I I I I
I I I I I I
51 W/S
I I I I I I I
1 W-8 PROPOSED 6" PVC WATER LINE
_ _ �9d mitt _ oL��r �r on
—w w —w =w =w w w—w—vsw=w w�M/—w—w—vv r=w =w =w w�=w w=w =w w—w—w — w=w
—s s s — s s —s S —s —S —s s —s s =s —s —s —
G- G- G- G- G G- G G-
- S -S
F—oiG—oo��xri� n� o�i ® s or�or�-- �d cue—e— — rb OF of o of- 0i- of-x�� o of-� ori� oo pro
I I I I I I I I
EXISTING18" VCT SEWER I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
Im I I I I I I I I
14 16 16 17 18 19 20 21 22
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
EXISTING 8" TRST WATER
I I I I I I I I I
I I I I I I I I I
------------- L------------ L------------ L------------1------------- 1------------- 1----- ------- 1------------- 1-------------
_ J
38TH ST
w—w—w—w—w—w—w—w—w—
I
CUT &iP G
AB DON EXISTING 2" GATE VA,
I 7+15 I I I I
I 4 ROW!
----I- ____ - ____ ___ ____ W-9 PROPOSED 6" PVC WATER LINE _____
v w--w—w w w- w :� -- v �•14W�-•,�i-4h�WJ.��=—w----vvvvvv
Ohk
Z�, 1 —wow G —G —G G G — G —E cS 1�50�8
I I I I I I
6+41 i > 7+08 EXIS�ING 6" VCT SEWI
Q 7+00
I I I I I I I
6+65
I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I I
I I I I I I I I I
22 23 24 i 11 12 13 14 15 16
I I I I I I I I
I I I I I I I I I
I I I I I I I I I I
I I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I I
I I I I I I I I
L______________________4 L_____________L______________________________________I_____________I___________
i 39TH ST
I
I
I �
I F� I
I �
I
I
I �
CUT &� PLUG
I �
I
EXISTING UTILITY LINE
ABANDON EX STING
2" CI WATER LINE
— o of o � o of- H oFI oF,,— OF�!J--loH4-4-- OFF
4" W/S
S —s -- S —S —S t S —
_G—G—G—G� G—G—G—G —G —G �G—G
� W-9 P
I I
I
I
I �
I
I I
I I
6+55
I I
(� _ ______ _ J__-
G� I-Il�� OFIk w
S S SW S S 22 WS
T--
18
I
I
I
I
I
I
19
I
I
I
I
I
I
20
I
I
I
I
I
I
------------J------------J-------------J
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7+04
__ --------- W-10 PROPOSED 6" PVC WATER LINE ________ _�_________-
-S S S -S VV S -
-G- G-GAG-G-G-G G G - G - G G
DON EXISTING 2" GATE VALVE
12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
14
------------1-------------JI
I
I
I
I
I
I
I
I
I
I
I
I
I
----------
I
I
I
EXIS4ING 6" GATE
I
I
I
I
EXISTING EDGE OF CURB
I
6+55
J
CUT & PLUG
— oFr44-- oF'6-- oF�b— oF+— o oii o oF� o
—w—w—w—w—w w—w w—w
EXI ING 8" VCT S
r
G- G - G- G - G G
IT
PROPOS 6" GATE VALVE
:I WATER 6+59
6i+24 6 97
--------c7--L- --------1-- ---- ---J L p—�--------1----------J-- W-11 PROPOSED 6" PVC WATERLINE --L----------1----------
- JCS �
g g g g
-S G -G -(� -(� G S G G G G G G G-
OH4_
I I I I I I I I I I I
I I I I I I I I I I
EXISTING 6"II
VCT SEWER —
I I I I I I I I I I
I I I I I I I I I I
I I I I I I I I
I I I I I I I I I I
I I I I I I I I I I I
22 23 24 W > 13 14 15 j 16 17 18 19
I I I I I I I I I I I
I I I I I I I I I I
I I I 3 I I I I I I I
I I I I I I I I I I I
I I I I I I I I I I
I I I I I I I I I I
I I I I I I I I I I I
I I I I I I I I I I
I I I 3 I I I I I I I
I I I I I I I I I I
I I I I I I
----------L----------1----------- ------1----------L----------L----------1----------
41 ST ST
I
I
I
I
I
EXISTING UTILITY LINE
I �
I
CUT & PLUG
---------------- 6+24 — ------ o/ 6+59
� O"H O OFH- O O O O OMH O"H OF
-W �W__w WSW -W-W W-W-W
EXISTING 6" VCT SEWER I
O
- G - G - G - G - G - G -I - G - G G - G - G i-I "`i
12 PROPOSED 6" PVC WATER LINE
-S _S -S
G S
- -
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
10 9 8 7 6 6 4
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
I I I I I I I I
EXISTING 10" VCT SEWER
EXISTINGI8" AC WATER
0+00
O+ 05
Wow\ 0+19
w
6' I w�
w—vd= N
—s
—S—S—S—
�S —S —S
r-G -G -G TG G -G -G -G,-
"I EXISTING 6'
SEWER
OFHJ
o o of oLof o�OHF
I
I
I
I
I
I
I
I
I
I
I
I
EXISTIN� CURB ED(—,F
ABANDON EXISTING 4" GATE VALVE
4' W/S 0+44
CUT & PLUG
G L o— o -- c W-12 PROPOSED 6" PVC WATER LINE
=w w w w—ww, =w—vd—w—vd—w•
ABANDON EXISTING 4" AC WATER
—S -Ts —S S—S—S—S—S S—S—S—S
GAS LINE
-G -G -G -G G -G G -G -G -G -G -G -G -G -
CT VICKSBURG AVE & 11TH ST. ALLEY
H O OHS OFIF�Hi�- OHS OHS OH4- OHS OHS OHS OHS OHS OHS OF
ALL SIDES.
� 4 MECHANICALLY RESTRAINED
REDUCED WATER LINE
EDUCER
TYPICAL 2,500 PSI
CONCRETE THRUS
BLOCK
FINISHED GRADE
BACKFILL WITH
NATIVE SOIL
1 1/2" SACK
> FLOWABLE FILL
WATER LINE
PROPOSED ABANDON VALVE BOX DETAIL
8 N.T.S.
- TYPICAL TAPPING
MGM
9 ANCHORAGE.
N.T.S.
GRADE
6" C-900 -
PVC RISER
6" GATE
VALVE
WATER
P�IN\ -
r�
�J