Loading...
HomeMy WebLinkAboutResolution - 2021-R0239 - Contract 15943 with Utility Contractors of America 7.13.21Resolution No. 2021-R0239 Item No. 6.10 July 13, 2021 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OP 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. 15943 for the Canyon Lakes sanitary sewer interceptor rehabilitation phase 3B project as per REP 21-15943-JM, 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 July 13. 2021 DANIEL M. POPE, MAYOR ATTEST: Rebe ca Garza, City Sec et APPROVED AS/TO CONTENT: APPROVED A970 PORM: W's JZ talil- K lli Leisurc, Assistant City Attorney ccdocs/RES.Contracl 15943— Canyon Lakes sewer 3B 06.28.21 PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: June 17, 2021 PROJECT NUMBER: RFP 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project Proposal of Utility Contractors of America, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B 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: 100 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 120 (to Final Completion) (not to exceed 100 consecutive calendar days to Substantial Completion / 120 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 100 Consecutive Calendar Days with final completion within 120 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$100 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $50 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 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. City of Lubbock Public Works RFP 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 313 Project Utility Contractors of America Inc. of Lubbock TX Item Description Quantity {+/-) UOM Unit Cost Extended Cost #l-1 Mobilization l LS $ 24,000 $ 24,000 #1-2 24" Sewer Pipe, SN72 FRP or PS75 PVC, By 208 LF 375 78,000 Open Cut, All Depths #1-3 24" Sewer Pipe, SN72 FRP or PS75 PVC, In 200 LF 1,100 220 000 36" Steel Casing, By Other Than Open Cut ' 5-foot DIA. Manhole, FRP or Polymer NI-4 Concrete, with Concrete Base. 2 EA 37,000 74,000 # 1-5 Extra Depth for 5-foot DIA. Manhole, 26 VF 195 5,070 Fiberglass or Polymer Concrete. # 1-6 Connect Existing Sanitary Sewer Pipe to 2 EA 4,200 8,400 Proposed Manhole #1-7 Abandon Existing Manhole 4 EA 3,600 14,400 #1-8 Cut and Plug Existing 24" Sewer Line 2 LS 2,000 4,000 #1-9 Grout Existing 24" Sewer Pipe l00 CY 260 26,000 #1-10 Flowable Fill 50 CY 110 5,500 # 1-11 Hydroseed 3000 SF 10 30,000 #1-12 Temporary Erosion, Sediment, and Water 1 LS 3,500 3,500 Pollution Prevention Plan Total: $ 492,870 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for N/A Dollars ($ NIA ) or a Proposal Bond in the sum of Five Percent Dollars ($ 5% ), 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: I' ecre Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 6/ 10/2021 Addenda No. Date Addenda No. Date Addenda No. Date Date: June 17.2021 Autlf6rized Signatur lonathan Ziegner (Printed or Typed Name) Utility Contractors of America. Inc. Company 5805 County Road 7700 Address Lubbock Lubbock City, County Texas 79424 State Zip Code Telephone: 806 - 863-2642 Fax: 806 - 863-4132 Email: uroiects@ucatexas.com FEDERAL. TAX ID or SOCIAL SECURITY No. M/WBE Firm: IWoman I Black American Native American Hispanic American I I Asian Pacific American I I Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2021-779684 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: 07/16/2021 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 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Ziegner, Jonathan Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is —1-J6A7Z, " pay gV('- and my date of birth is 2-Z is q('!)% (-� - � (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in I��j County, State of on the _&day of 2011— (mont (year) Signature of auth ed agen contracting business entity (Declarant) Forms nrnvidpri by Tavnc Fthirc " ��•��a«•�•�� version V1.1.ceffd98a CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-779684 Utility Contractors of America, Inc. Lubbock, TX United States Date Filed: 07/16/2021 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: 07/21/2021 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 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project 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 My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed 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 V1.1.ceffd98a BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: July 13, 2021 CITY OF LUBBOCK SPECIFICATIONS FOR Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Proj ect RFP 21-15943-JM CONTRACT: 15943 PROJECT NUMBER: 92318.9242.30000 Plans & Specifications may be obtained from https://ci-lubbock-tx.bonfirehub.com/ City of Lubbock TEXAS CITY OF LUBBOCK Lubbock, Texas Pate Intentionally Left Blank ADDENDA City TEXAS ADDENDUM I Proposal Extension RFP 21-15943-JM Canyon Lakes Sanitary Interceptor Rehabilitation Phase 3B Project DATE ISSUED: June 10, 2021 NEW: CLOSE DATE: June 17, 2021 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. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. The following proposal has been extended: 1. RFP 21-15943-JM Canyon Lakes Sanitary Interceptor Rehabilitation Phase 3B Project — Closing date June 17, 2021 @ 2:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes(amylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, pd&X"rw CITY OF LUBBOCK Jessie Montes Buyer III 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 ON CONTRACTOR'S CHECKLIST 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 CITY OF LUBBOCK WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS 00 cnof ibbock TExas RFP 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 313 Project 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. Refer to Exhibit A for Bonfire Submission Instructions. This Request for Proposals is for your convenience in submitting an offer for the specified services. 1.2. Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 2:00 PM on June 10, 2021, 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: htt2s://zoom.us/j/9759171012 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. Proposals are due at 2:00 PM on June 10, 2021 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 July 13, 2021, 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. 1.6. 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. 1.7. 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.comZportal/ 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. 1.8. 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 2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal conference will be held at 10:00AM, June 3, 2021, via teleconference. The Zoom meeting information is as follows: Website: hqps://zoom.us/j/9759171012?pwd=bkFtRTNIcXVI SkhWdkZiMDk4MXh2dz09 Meeting ID: 975 917 1012 Passcode: 1314 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.3. 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 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 mad 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: Jessie Montes, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: JMontes(abmylubbock.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 100 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. 3. 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, 20 points for Contractor Qualifications, 10 points for Safety Record Questionnaire, 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 20 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 4.1.3 10 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 4.1.4 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) 4.1.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $325,000. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.copVportal/. 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. https:Hlubbocktx. og_vqa.us/WEBAPP/_rs/(S(quiyirflbtihahjnycegmpcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/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. 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 PLANS FOR USE BY OFFERORS 13.1 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. 14 PAYMENT 14.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID 15.1 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. 16 MATERIALS AND WORKMANSHIP 16.1 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 project. 17 PLANS FOR THE CONTRACTOR 17.1 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. 18 PROTECTION OF THE WORK 18.1 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. 19 TEXAS STATE SALES TAX 19.1 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. 19.2 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. 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES 20.1 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. 21 BARRICADES AND SAFETY MEASURES 21.1 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. 22 EXPLOSIVES 22.1 The use of explosives will not be permitted 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23 CONTRACTOR'S REPRESENTATIVE 23.1 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. 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25 LABOR AND WORKING HOURS 25.1 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: 25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 25.1.2 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. 25.2 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. 25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 26.1 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 27 29 forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES 27.1 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. PREPARATION FOR PROPOSAL 28.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 28.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 28.3 Pursuant to Texas Local Government Code 252.04360, 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. 28.4 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. BOUND COPY OF CONTRACT DOCUMENTS 29.1 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. 29.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 30 QUALIFICATIONS OF OFFERORS 30.1 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 maybe 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 30.2 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. 30.3 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. 31 SELECTION 31.1 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. 31.2 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. 31.3 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. 31.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 31.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 32 ANTI -LOBBYING PROVISION 32.1 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. 32.2 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. 33 PROTEST 33.1 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. 34 PREVAILING WAGE RATES 34.1 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. 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $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 PRICE PROPOSAL CONTRACT DATE: June 17, 2021 PROJECT NUMBER: RFP 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project Proposal of Utility Contractors of America, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B 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: 100 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 120 (to Final Completion) (not to exceed 100 consecutive calendar days to Substantial Completion / 120 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 100 Consecutive Calendar Days with final completion within 120 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 $100 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $50 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 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. City of Lubbock Public Works RFP 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project Utility Contractors of America Inc. of Lubbock TX Quantity Extended Item Description (+/-) UOM Unit Cost Cost #1-1 Mobilization 1 LS $ 24,000 $ 24,000 #1-2 24" Sewer Pipe, SN72 FRP or PS75 PVC, By 208 LF 375 78,000 Open Cut, All Depths 24" Sewer Pipe, SN72 FRP or PS75 PVC, In #1-3 36" Steel Casing, By Other Than Open Cut 200 LF 1,100 220,000 ' 5-foot DIA. Manhole, FRP or Polymer #1-4 Concrete, with Concrete Base. 2 EA 37,000 74 000 Extra Depth for 5-foot DIA. Manhole #1-5 Fiberglass or Polymer Concrete. 26 VF 195 5,070 Connect Existing Sanitary Sewer Pipe to #1-6 Proposed Manhole 2 EA 4,200 8,400 #1-7 Abandon Existing Manhole 4 EA 3,600 14,400 #1-8 Cut and Plug Existing 24" Sewer Line 2 LS 2,000 4,000 #1-9 Grout Existing 24" Sewer Pipe 100 CY 260 26,000 #1-10 Flowable Fill 50 CY 110 5,500 #1-11 Hydroseed 3000 SF 10 30,000 Temporary Erosion, Sediment, and Water #1-12 Pollution Prevention Plan 1 LS 3,500 3,500 Total: $ 492,870 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for N/A Dollars ($ N/A ) or a Proposal Bond in the sum of Five Percent Dollars ($ 5% ), 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) ATT ST: p ecre Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 6/ 10/2021 Addenda No. Date Addenda No. Date Addenda No. Date Date: June 17, 2021 Aut orized Signature -"- Jonathan Ziegner (Printed or Typed Name) Utilitv Contractors of America. Inc. Company 5805 County Road 7700 Address Lubbock Lubbock City, County Texas 79424 State Zip Code Telephone: 806 - 863-2642 Fax: 806 - 863-4132 Email: projects@ucatexas.com FEDERAL TAX ID or SOCIAL SECURITY No. 75-2214193 M/WBE Firm: I I Woman I I Black American I Native American Hispanic American I I Asian Pacific American I Other (Snecifv) 0�Liberty mutum- SURETY 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 1314 AVE. K, FLOOR 9 LUBBOCK, TEXAS 79401 BOND AMOUNT: 5% Bid Bond SURETY: (Name, legal status and principal place of business) Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 MAILING ADDRESS FOR NOTICES Liberty Mutual Surety Claims P.O. Box 34526 Seattle, WA 98124 Five Percent of Bid Amount This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION PHASE 313 RFP #21-15943-JM 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 term 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. /2 /J'J (Witness) &RILA HILL 2021 UTILITY CONTRACTORS OF AMERICA, INC. (Contractor as P " cipal) - (Seal) ^ (Title Liberty M al Insurance onAany � \NSA (Sure ; ak, 0 1912 .� 7 0 � Y��ss,cw�s�aai tle) HOWARD COWAN, ATTORNEY -IN -FACT 7 Init. Liberty Mutual Surety vouches that the original text of this document conforms exactly to the text / LMS-20862e 02/21 in AIA Document A310-2010 Edition Bid Bond. 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 Liberty Mutual Insurance Company Mutual® The Ohio Casualty Insurance Company Certificate No: 8197873 SURETY West American Insurance Company POWER OF ATTORNEY 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 attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power 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 1st day of November , 2018 Liberty Mutual Insurance Company P� INSu PTV INS& N- %NSURq The Ohio Casualty Insurance Company ORarFy� yJ °oaPORs��y �P°o�PORars2n West American Insurance Comp any > J o Rt Q 3 o n Q o t� ;1912q 0 c 1919 1991 0 44�1�/�cn r. Zm P O a / f/1 dJl S`44 CHUS" .da �HAMP'�a\ a �'° 0, b it?e �h * >a �y1 * *aa s�M *�d ByEn : c c David M. Carey, Assistant Secretary - State of PENNSYLVANIA � County of MONTGOMERY ss L) a) On this I st day of November , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 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. to w > � 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. a Q •� 9P PAST OO o ¢<b �pONWp fi� COMMONWEALTH OF PENNSYLVANIA /yy/,� A�'� Q o� p<a Notarial Seal /l1;,2�.c.c�-av O V OF Y Teresa Pastella, Notary Public CU O � Upper MerionTwp., Montgomery County By: Q� (6 N c„ �a�P My Commission Expires March 28, 2021 � >_ 4 NSyLNP �, Teresa Pastella, Notary Public O m � OTq RY ,qy Member, PennsyNania Association of Notaries 0- CD M N F*+" rn O 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 o .- Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: o a) ai ARTICLE IV- OFFICERS: Section 12. Power of Attorney. o M 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 m Z 'o 1; President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > CD MC 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 a N tZ 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 " °O ZZ) 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. o 0 ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. 0 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, 0 kD 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 attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-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 of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and 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 I Oth day of JUNE 2021 vs� j INSUp4 P�11 INS&�Q � \NSURq G°FP°R,To'L�Rt QyJ?4o— -,q A`Yy `VP `oRPO�yyr� y� o C, 3 o fi 4912 ci s 1919 o a 1991 0AV d�97 *us�D3 yOdy NA*PS��aa� rs,�°*N*ado By. Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018- ohm.cWA 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: Attachment A 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 Sign re Jonathan Ziegner - President/CEO Print Name Attachment A UTILITY CONTRACTORS OF AMERICA, INC. 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. Signat e Jonathan Ziegner - President/CEO Print Name Contractor's General Information Organization Doing Business As Utility Contractors of America, Inc. Business Address of Principle Office 5805 County Road 7700 Lubbock TX 79424 Telephone Numbers Main Number (806) 863-2642 Fax Number 806 863-4132 Web Site Address www.ucatexas.com Form of Business (Check One) X A Corporation A Partnership An Individual M Date of Incorporation November 1, 1987 State of Incorporation Texas Chief Executive Officer's Name Jonathan Zie ner President's Name Jonathan Zie ner Vice President's Name(s) Chris Bahos Secretary's Name Wanda Garrett Treasurer's Name If a Partnership Date of Organization Marty Hamm State whether partnership is general or limited If an Individual Name Business Address organizationIdentify all individuals not previously named which exert a significant amount of business control over the Indicators of Organization Average Number of Current Full Time Average Estimate of Revenue for the Employees 45 Current Year Contractor's Organizational Experience Organization Doing Business As Utility Contractors of America, Inc. Business Address of Regional Office 5805 Coun1y Road 7700 Lubbock TX 79424 Name of Regional Office Manager Telephone Numbers Main Number (806) 863-2642 Fax Number 806 863-4132 Web Site Address www.ucatexas.com 01 T 1, 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 Percent Ownership Construction Experience 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. Contractor's Proposed Key Personnel Organization Doing Business As Utility Contractors of America, Inc. Proposed Project Organizatiol 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 Rodriguez Jr., Steve Levitt, 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. Gilbert Prieto 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. ExperiencePersonnel 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 Gilbert Prieto Project Safety Officer Jonathan 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 Primary Candidatc Name of Individual Utility Contractors of America, Inc. Jonathan Zie ner Years of Experience as Project Manager 24 Years of Experience with this organization 5 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 approval to contacting the names individuals as a reference) Name Wood Franklin Name Mike Keenum Title/ Position Public Works Director Title/ Position City Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 806-775-2393 E-mail wfranklin@n1ylubbqck.us E-mail mkeenum@mail.lubbock.tx.us Project All City of Lubbock Projects Project South Lubbock Drainage Candidate role on Project Alternate Candidate Name of Individual Candidates role on Project Project Manager Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Name Information (listing names indicates approval to contacting the Name names individuals as a reference) Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Proj ect Project Candidate role on Proj ect Candidate role on Project Proposed Project Superintendent Organization Doing Business As Primary Candidatc Name of Individual Utility Contractors of America, Inc. Gilbert Prieto Years of Experience as Project Superintendent 25 Years of Experience with this organization 25 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Whn T r in Name Zoltan Fekete Title/ Position Chief Water Utilities Engineer Title/ Position Project Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2342 Telephone 806-775-3317 E-mail E-mail zfekete mail.ci.lubbock.tx.us —.jturl2in@mail.ci.lubbock.tx.us Project Canyon Lakes Sanitary Sewer Project oop 88 Water Relocation Phase Candidate role on Project Alternate Candidate Name of Individual Phase 1 & 2 Candidate role on 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 Reference Contact Name Information (listing names indicates approval to contacting the Name names individuals as a reference) Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Proj ect Project Candidate role on Proj ect Candidate role on Project Proposed Project Safety Officer Organization Doing Business As Primary Candidatc Name of Individual Utility Contractors of America, Inc. Jonathan Zie ner Years of Experience as Project Safety Officer 24 Years of Experience with this organization 5 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Wood Franklin Name John Tur in Title/ Position Public Works Director Title/ Position Engineer Organization City of Lubbock Organization City of Lubbock Engineer Telephone 806-775-2343 Telephone 806-775-2342 E-mail wfranklin@mylubbock.us E-mail 'tur in mail.ci.lubbock.tx.us Project All City of Lubbock Projects Project South Lubbock Sanitary Sewer Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Supervisor 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 this Project Estimated Project Completion Date Reference Contact Name Information (listing names indicates approval to contacting the Name names individuals as a reference Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Proj ect Project Candidate role on Proj ect Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Primary Candidatc Name of Individual Utility Contractors of America, Inc. Chris Bahos Years of Experience as Quality Control Manager 33 Years of Experience with this organization 33 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 approval to contacting the names individuals as a reference) Name John Tur in Name Erick Perez Title/ Position City Engineer Title/ Position Assistant Project Manager Organization City of Lubbock Organization EMT Corporation Telephone 806-775-2342 Telephone 972-580-1210 E-mailJturpin@mqi1.ci.1ubbock.tx.us E-mail erick.perez@emjcorp.com Project Canyon Lakes Sanitary Sewer, Phase 2 Project HEB - Lubbock Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project In 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 Reference Contact Name Information (listing names indicates approval to contacting the Name names individuals as a reference) Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Proj ect Project Candidate role on Proj ect Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Utilit Contractors of America, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Equipment Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own B ill Y Lease CAT 346 Excavator Pipeline Placement X CAT 350 Loader Pipeline Placement X Bobtail Water Truck Pipeline Placement X Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Pipeline Installation & Tie -Ins What work does the organization propose to subcontract on this project? Boring Contractor's Subcontractors and Vendors Organization Doing Business As Utility Contractors of America Inc. Project Subcontractors Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm T & D Boring Boring 25% Yes Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm Core & Main Piping, Valves & Appurtenances X No Fer uston Waterworks Piping, Valves & Appurtenances X No 10 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 2/8/2021 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 Rudy Garza (806) 775-2174 RBGarza@mail.ci.lubbock.tx.us 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 $7,662,883.50 Est. Completion Date 12/1/2021 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@allenbutler.net 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 $5,018,403.69 Est. Completion Date 5/23/2021 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 Page 1 of 2 Current Municipal Projects Project Owner Lubbock Power & Light I 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 Est. Completion Date 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 Project Owner City of Lubbock I Project Name Underground Boring Services General Description of Project: Various trenching, boring & excavation projects for City of Lubbock Project Cost $118,480.90 Est. Completion Date 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 ,j: id Br 1; ,, (806) 775-2135 dbragg@mail.ci.lubbock.tx.us Project Owner City of Lubbock I 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 $1,339,187.00 Est. Completion Date 9/6/2021 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 Zoltan Fekete (806) 775-3317 ZFekete@mail.ci.lubbock.tx.us Page 2 of 2 Municipal Projects Completed within the last 10 Years Project Owner City of Post, Texas I Project Name Post/Cedar Hills Water System Improvements General Description of Project: Installation of 27,000 LF 6" HDPE Waterline by boring and Pump station Improvements Project Cost $1,042,387.70 Date Project Completed 3/15/2011 Key Project Personnel Name Project Manager Chad Pabody Project Superintendent Troy Lane Safety Officer Chad Pabody Quality Control Manager i 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 Arbie Taylor Dwight Brandt Oscar Ostos City Manager Engineer PDP (806) 495-2811 (806) 681-8631 (806) 681-8631 ataylor@postRarza.net i DLBrandt@brandtengineers.com OscarO@brandtengineers.com Project Owner City of Wolfforth, Texas Project Name Wolfforth Sewer Expansion General Description of Project: Installation of 8,275 LF of 18"-30" Sewer Line Project Cost $1,115,465.00 Date Project Completed 4/29/2011 Key Project Personnel Name Project Manager T .; I,) - - Project Superintendent Leo Garcia Safety Officer 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 Doug Hutchison Michael Adams Inspector Project Manager (806) 885-4120 (806) 791-2300 michael.adams@ojdengineering.com Project Owner Lubbock Cooper ISD I Project Name Cooper Middle School General Description of Project: 3575 LF 8" Waterline; 2930 LF 10" Sewerline; Liftstation Project Cost $502,090.00 Date Project Completed 7/27/2011 Key Project Personnel Name Project Manager Ty Lane Project Superintendent Lorenzo Vasquez 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 Marsha Reed Gary Dawson Micheal Haverdink Engineer Engineer Project Manager (806) 775-2335 (806) 743-2201 (806) 745-9450 mreed@mail.ci.lubbock.tx.us gdawson@team-psc.com michael@sandiaconst.com Page 1 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Lubbock, Texas I Project Name Indiana Paving Improvements General Description of Project: Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Project Cost $1,330,284.88 Date Project Completed 7/29/2011 Key Project Personnel Name Project Manager Ty Lane Project Superintendent Lorenzo Vasquez 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 Wood Franklin Leslie Bruce Rick Humphries Public Works Director Engineer Project Manager (806) 775-2343 (806) 745-7498 wfranklin@mylubbock.us rumphries@allenbutler.net Project Owner City of Lubbock, Texas I Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project: Installation of water, sewer, & storm sewer lines Project Cost $675,267.76 --FDate Project Completed 8/31/2011 Key Project Personnel Name Project Manager Ty Lane Project 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 Ryan Duininck Project Manager (817) 491-0946 RCDuininck@dbitx.com Project Owner City of Denver City I Project Name Denver City Well Field Improvements General Description of Project: Installation of 16" water line and Pump station Imp. Project Cost $488,974.50 Date Project Completed 8/31/2011 Key Project Personnel Name Project Manager Ty Lane Project Superintendent Leo Garcia 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 James Tompkins (432) 523-2181 JamesT@wtcengineering.com Page 2 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Plainview, Texas Project Name Plainview Water Reconstruction General Description of Project: Installation of 12", 10", 8", 6", 4" water lines Project Cost $1,550,258.75 Date Project Completed 12/31/2011 Key Project Personnel Name Project Manager I Ty Lane Project 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 Gilliland Brandon Autry Engineer Engineer (806) 296-1150 (806) 771-5976 mgilliland@ci.plainview.tx.us bautry@amdeng.com Project Owner City of Levelland I Project Name Lee St. Water System Improvements General Description of Project: Installation of 14" HDPE water line; Pump Station Improvements Project Cost $761,015.00 Date Project Completed 4/30/2012 Key Project Personnel Name Project Manager Ty Lane Project 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 Leonard Nail Engineer (806) 473-2200 (nail@team-psc.com Project Owner City of Lubbock 1 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@mylubbock.us JVanDeventer@SGSEng.com Page 3 of 16 Municipal Projects Completed within the last 10 Years 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 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 Superintendent Steve Levitt 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 Erik Rejino Kristi Laverty Engineer (806) 894-0113 (806) 473-3634 ereiino@levellandtexas.org klaverty@team-psc.com Project Owner City of Lubbock Project Name 98th St Paving Imp (Albany to Huron) 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 Clul, P'llm" 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 Page 4 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Lubbock Project Name Reconstruction & Widening of Frankford Ave (oath to 114[1) 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 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 Rick Humphries Engineer Project Manager (806) 775-2393 (806) 745-7498 JTurpin@mail.ci.lubbock.tx.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 Project Owner City of Lubbock I 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 rhumphries@allenbutler.com Page 5 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Lubbock I Project Name Slide Road Water Line Extension General Description of Project: Extend Water Li e 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 OfficerT 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 V-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 JKristinek@mail.ci.lubbock.tx.us 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 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 Paul McMillian City Engineer Engineer (806) 775-2393 (806) 473-2200 Mkeenum@mail.ci.lubbock.tx.us PMcmillen@team-psc.com Page 6 of 16 Municipal Projects Completed within the last 10 Years 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 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 I 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 Project Owner City of Lubbock I 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 Page 7 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Brownfield lProject 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 LEDA IProject 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 Project Owner LEDA I 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 Page 8 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 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 Fluid (806) 775-3161 JFlud@mylubbock.us Project Owner City of Lubbock 1project 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 Page 9 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Lubbock 1project 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 I Bo Rodriguez, Jr 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 I 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 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 JTurpin@mail.ci.lubbock.tx.us 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 Page 10 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Plainview Project Name Milwee/Juniper 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 Jr 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 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 Project Owner City of Lubbock 1project 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 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 Nick Lester Chief Water Utilities Engineer Freese & Nichols (806) 775-2342 (817) 735-7393 JTurpin@mail.ci.lubbock.tx.us Page 11 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Lubbock I 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 i 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 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 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 j Page 12 of 16 Municipal Projects Completed within the last 10 Years 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 5,860 If of 12" sewer line Project Cost $841,991.86 1Date 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.org bcoleman@halecounty.org klaverty@team-psc.com Project Owner Lubbock VA LLC 1project Name VA Lubbock Community Outpatient Clinic General Description of Project: Installation of approx 2,400 If 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 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 tcrosswhiteC@plainviewtx.org bcoleman@halecounty.org klaverty@team-psc.com 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 Page 13 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Lubbock Project Name Southeast Sewer Plant General Description of Project: Placement of new 6" scrubber line i Project Cost $36,266.85 Date Project Completed 9/20/2019 Key Project Personnel Project Manager Jonathan Ziegner Superintendent -7Safety Gilbert Prieto 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( rnail.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 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@iiiail.ci.lubbock.tx.us i Project Owner City of Amarillo I Project 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 Date Project Completed 12/1/2019 Key Project Personnel Project Manager Peter Nguyen Superintendent 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 iiionte.t@amarilloutility.com Page 14 of 16 Municipal Projects Completed within the last 10 Years Project Owner HEB 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 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@emicorp.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 76uality 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 Turpw Engineer 806-775-2342 Jturpin@maiI.ci.lubbock.tx.us Project Owner City of Lubbock 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 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 15 of 16 Municipal Projects Completed within the last 10 Years Project Owner City of Lubbock 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 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 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 ohn T, n n . 806-775-2342 Jturpin@mail.ci.lubbock.tx.us Page 16 of 16 Attachment A Project Information Sheet urrent 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 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 12,161,566-00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date 2/8/2021 Final Cost Actual / Estimated Final Completion Date 2/8/2021 . ..DPW_ Project Manager Project Sup safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Rudy Garza City of Lubbock, Texas (806) 775-2174 RGarza@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 Number of issues Pending Total amt involved in Resolved issues Attachment A oject Information Sheet Current Project Owner TXDOT 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 Budget Budget History Schedule Performance Amount % of Bid Amount Date Days Bid ; 7,662,883.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements S 98,498.06 1.29% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 98,498.06 Actual / Estimated Substantial Completion Date 12/1/2021 Final Cost 7,761,381.56 Actual / Estimated Final Completion Date 12/1/2021 Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Bo Rodriguez Jr Jonathan Ziegner Ty Lane Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Designer Construction Manager Tanner Morris Allen Butler Construction (806) 745-7498 tmorris@allenbutler.net Surety lHoward Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Di Resolved J& Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 r Boards Number of issues Pending Total amt involved in Resolved Issues $0.00 Attachment A Project Information Sheet Current Project Owner lCity of Lubbock lProject Name iSouth 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 Budget and Schedule Performahce Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 5,063,287.60 Notice to Proceed 2/3/2020 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/19/2020 290 Owner Enhancements $ (126,611.67) -2.50% Contract Final Completion Date at Notice to Proceed 12/19/2020 320 Unforeseen Conditions Change Order Authorized Substantial Completion Date 3/24/2021 125 Design Issues Change Order Authorized Final Completion Date 4/23/2021 125 Total $ (126,611.67) -2.50% Actual / Estimated Substantial Completion Date 3/24/2021 Final Cost $ 4,936,675.93 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 4/23/2021 Quality Manager Name Jonathan Ziegner Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner John Turpin Engineer City of Lubbock (806) 775-2342 Jturpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved O Resolution by Arbitration, Litigation or Total Amount involved in Resolved Issues $0.00 BoardsIssues Dispute Review Number of issues Pending 0 Total a m t involved in Resolved issues $0.00 Attachment A Project Information Sheet Current Project Owner Lubbock Power & Light Project Name iTrenching, Boring & Excavation Services General Description of Project Various trenching, boring & excavation projects for Lubbock Power & Light Project Budget.. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 4,635,073.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date 10/23/2021 Final Cost $ 4,635,073.00 Actual / Estimated Final Completion Date 10/23/2021 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Felix Orta Lubbock Power & Light (806) 775-2170 FOrta@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 1 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0., Dispute Review Boards Number of issues Pending p Total amt involved in Resolved issues $0.00 Attachment A Project Information Sheet Current Project Owner City of Lubbock Project Name Underground Boring Services General Description of Project Various trenching, boring & excavation projects for City of Lubbock Budget History Schedule Performance Amount % of Bid Amount Date Days Bid j 118,480.90 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total > 0.00% Actual / Estimated Substantial Completion Date 10/23/2021 Final Cost $ 118,480.90 Actual / Estimated Final Completion Date 10/23/2021 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner David Bragg City of Lubbock (806) 775-2135 DBragg@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 d or Pencline Number of issues resolved 0 Resolution bv Arbitration. Total Amount involved in Resolved issues Litieation or $0.00 Disoute Review Boar—ds Number of issues Pending 0 M Total amt involved in Resolved issues $0.00 Attachment A Project Information Sheet i urrent Project Owner lCity of Lubbock Project Name Loop 88 Water Relocation, Phase General Description of Project 4600 LF 6"-16" pipe & 2400 LF 20"-30" steel casing by open cut or other than open cut Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,339,187.00 Notice to Proceed 2/8/2021 Change Orders Contract Substantial Completion Date at Notice to Proceed 8/7/2021 180 Owner Enhancements Contract Final Completion Date at Notice to Proceed 9/6/2021 210 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 0.00% Actual / Estimated Substantial Completion Date 8/7/2021 Final Cost $ 1,39,187.00 Actual / Estimated Final Completion Date 9/6/2021 KeV Project Personnel Project Manager r Project Sup Safety7Balios Quality Manager Name Jonathan Ziegner Gilbert Prieto Chris Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Zoltan Fekete City of Lubbock (806) 775-3317 Zfekete@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan I Attorney Liberty Mutual 1 (806) 722-2663 Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 Number Of issues Pending Total amt involved in Resolved issues $0.00 Attachment B rroject Information Sheet Completed Project Owner City of Lubbock, Texas Project Name 16 Inch Supply Line to Pump Station 15 General Description of Project This project Consisted of 23,380 LF of 16" Waterline running through Lubbock Airport to Pump Station No. 15. Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 98S,321.00 Notice to Proceed 6/29/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed 180 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total > 0.00% Actual / Estimated Substantial Completion Date 12/24/2009 178 Final Cost $ 985,321.00 Actual / Estimated Final Completion Date 1/15/2010 224 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Cody Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 100% 30% 30% Proposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Resignation PIP - contacting Name Title/position the names individuals as a refereneff—Y Organization Telephone Email Owner Darleen Doss Buyer City of Lubbock (806) 775-2168 ddoss@mylubbock.us Designer Brian Stephens Engineer Parkhill,Smith&Cooper (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777-0160 Surety Howard Cowan Attorney iSafeco (425) 376-6535 PendingIssues / Disputes Resolved or Number of issues resolved O Total Amount involved in Resolved issues $0.00 Um er O IM-eS Pending Total amt involved in Resolved issues $0.00 7 Attachment B Project Information Shc; Completed Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 1B General Description of Project Installation of 2410' - 10", 3280' - 12", 2315'-20" Waterline and 4156' - 12" Sewerline Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 979,059.20 Notice to Proceed 6/15/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements 25,491.28 2.60% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 25,491.28 2.60% Actual / Estimated Substantial Completion Date Final Cost $ 1,004,550.48 Actual / Estimated Final Completion Date 3/1/2010 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Yes Yes Yes Yes Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Designer Brian Stephens Engineer Parkhill,Smith&Cooper (806) 473-2200 bstephens@team-psc.com Construction Manager Jason Hetler Allen Butler Construction (806) 745-7498 jason@allenbutler.net Surety Howard Cowan Attorney liberty Mutual (806) 722-2663 jsPutes Resolved or Pending Number of issues resolved 4 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $25,491.28 Disgute e oar s lew Um er O iSSUeS Total amt involved in Pending Resolved issues Attachment B Project Information Sheet Project Owner City of Lubbock, Texas Project Name 134th Street Waterline Replacement Project General Description of Project This Project Constists the removal and replacement of 500 LF 6" Waterline; 1000 LF of 8" Waterline; 100' 10" Waterline; 4800 LF of 12" Waterline; 18500' 16' Waterline and 6200" of 24" Waterline and Relocating Steel Cylindar Lines. Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 4,977,034.30 Notice to Proceed 9/25/2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements 251,075.17 ;.i)1 Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 251,075.17 5.04% Actual / Estimated Substantial Completion Date Final Cost $ 5,228,109.47 Actual / Estimated Final Completion Date 5/2/2010 Project Manager Project Sup wr Safety Officer quality Manager Name Ty Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 100% 40% 40% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Chad Pabody Reason for Change Resignation - Telephone I Name Title/position Organization Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3377 zfekete@mylubbock.us Designer John Marler Engineer HDR (512) 912-5188 john.marler@hdrinc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 4 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $251,075.17 BoardsIssues Dispute Review Um er or Issues Pending Total amt involved in Resolved issues $251,075.17 Attachment B Pruject Intunnation Sheet Completed Project Owner City of Post, Texas Project Name Post/Cedar Hills Water System Improvements General Description of Project Installation of 27,000 LF of 6" HDPE Waterline by boring. Budget History Schedule Performance Amount % of Bid Amount Date72/11/20110 Bid $ 875,309.90 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 167,077.80 19.09% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total S 167,077.80 19.09% Actual / Estimated Substantial Completion Date Final Cost $ 1,042,387.70 Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/15/2011 r Quality Manager Name Chad Pabody Cody Hamm Chad Pabody Ty Lane Percentage of Time Devoted to the Project 25% 100% 25% 25% Proposed for this Project Chad Pabody Cody Hamm Chad Pabody Ty Lane Did individual Complete the Project? Yes No Yes Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Resignation Reference Contact Information (listing name_�Ms aAMVaI to contacting Name Title/position the names individuals as.a refere-nce), Organization Telephone ». Email Owner Arbie Taylor City Mgr. City of Post, TX (806) 495-2811 ataylor@postgarza.net Designer Dwight Brandt Engineer Brandt Engineers (806) 681-8631 DLBrandt@brandtengineers.com Construction Manager Oscar Ostis RPR Brandt Engineers (806) 681-8631 Oostis@brandtengineers.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 $167,077.80 Issues / Disputes d or Pending Number of issues resolved 5 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $167,077.80 Dispute Review :.. . Um er O ISSU25 Pending Total amt involved in Resolved issues Attachment B Project Information Sheet Project Owner City of Wolfforth Project Name Wolfforth Sewer Expansion General Description of Project Installation of 8,275 LF of 18"-30" Sewer Line Project Budget and Schedule Performance 0 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid S 1,100,215.00 Notice to Proceed 9/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements 15,250.00 Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 15,250.00 Actual / Estimated Substantial Completion Date Final Cost $ 1,115,465.00 Actual / Estimated Final Completion Date 4/29/2011 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane I Po Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Doug Hutchison Inspector (806) 885-4120 Designer Construction Manager Michael Adams OJD Engineering (806) 791-2300 michael.adams@ojdengineering.cor Surety Number of issues resolved 1 Howard Cowan Total Amount involved in Resolved issues IAttorney $15,250.00 Liberty Mutual Numuer ot Issues Pending (806) 722-2663 Total amt involved in Resolved issues $15,250.00 Attachment B Project Information Sheet Project Owner ILubbock Cooper ISD 113roject Name lCooper Middle School General Description of Project r5 LF 8" Waterline; 2930 LF 10" Sewerline Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 488,248.00 Notice to Proceed 8/1/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues $ 13,842.00 2.84% Change Order Authorized Final Completion Date Total $ 13,842.00 2.84% Actual / Estimated Substantial Completion Date Final Cost $ 502,090.00 JActual / Estimated Final Completion Date 7/27/2011 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval to contacting Name Title/position the names individuals as a reference) Organization Telephone Email Owner Marsha Reed Engineer City of Lubbock (806) 775-2335 mreed@mail.ci.lubbock.tx.us Designer Gary Dawson Engineer Parkhill,Smith&Cooper (806) 743-2201 gdawson@team-psc.com Construction Manager Michael Haverdink Project Mgr Sandia Construction (806) 745-9450 michael@sandiaconst.com Surety lHoward Cowan I Attorney Liberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 3 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or Irjer $13,842.00 Dispute Review Boards ov issues Pending Total amt involved in Resolved Issues Attachment B Project Information Sheet Completed Project Owner City of Lubbock Project Name 11ndiana Paving Improvements General Description of Project Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,293,497.50 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,787.38 2.84% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total S 36,787.38 2.84% Actual / Estimated Substantial Completion Date Final Cost > 1,330,284.88 JActual / Estimated Final Completion Date 7/29/2011 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Refereqqq.4;qntact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Wood Franklin Public Works Director City of Lubbock (806) 775-2343 wfranklin@mylubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety Howard Cowan I Attorney ILiberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 2 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $36 787,3g BoardsIssues Dispute Review um er O issues Pending Total amt involved in Resolved Issues $36,787.38 Attachment B Project Information Sheet Cn,l�1, teed Project Owner City of Denver City Project Name Denver City Well Field Improvements General Description of Project Installation of 16" water line Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 196,595.75 Notice to Proceed 6/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 292,378.75 148.72% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 292,378.75 149.72% Actual / Estimated Substantial Completion Date Final Cost $ 488,974.50 JActual / Estimated Final Completion Date 8/31/2011 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact lqfqTm !qnlisting names iq#1Sgtes approval to contacting Name Title/position the names individuals as a reference) Organization Telephone Email Owner Designer Construction Manager James Tompkins WTC Engineering (432) 523-2181 JamesT@wtcengineering.com Surety lHoward Cowan Attorney Liberty Mutual 1 (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 2 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $292,378.75 Dispute Review BoardsIssues um er O Issm Pending Total amt involved in Resolved issues $292,378.75 Attachment B Project Information Sheet Completed Project Owner City of Lubbock Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project Installation of water, sewer, & storm sewer lines Project Budget and Schedule Performance =71 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 663,467.00 Notice to Proceed 4/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements 11,800.76 1.78% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 11,800.76 1.78% Actual / Estimated Substantial Completion Date Final Cost j 675,267.76 ko Actual / Estimated Final Completion Date 8/31/2011 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing narrLel.indicates approval to contacting Name Title/position the names individuals as a,reference) Organization Telephone Email Owner Designer Construction Manager Kyle Duininck Project Mgr Duininck Brothers (817) 491-0946 RCDuininck@dbitx.com Surety lHoward Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 1 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $11,800.76 Dispute Review BoardsIssues um er O Issues Pending Total amt involved in Resolved issues $11,800.76 Attachment B I1roject Information Sheet cumpleted Project Owner City of Plainview Project Name Plainview Water Reconstruction General Description of Project Installation of 12", 10", 8", 6", 4" water lines Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,494,410.00 Notice to Proceed 3/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 55,848.75 3.74% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 55,848.75 3.74% Actual / Estimated Substantial Completion Date Final Cost $ 1,550,258.75 Actual / Estimated Final Completion Date 12/31/2011 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names indivi,dupilljIL&Mference) Organization Telephone Email Owner Mike Gilliland Engineer City of Plainview (806) 296-1150 mgilliland@ci.plainview.tx.us Designer Construction Manager Brandon Autry Engineer AMD Engineering (806) 771-5976 bautry@amdeng.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 1 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $23,929.00 BoardsIssues Dispute Review Um er O ISSUeS Pending Total amt involved in Resolved issues $23,929.00 Attachment B Project Information Sheet Completed Project Owner lCity of Levelland Project Name Lee St. Water System Improvements General Description of Project Installation of 14" water line PerformanceProject Budget and Schedule ,. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 777,548.95 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/20/2011 Owner Enhancements $ (16,533.95) -2.13% Contract Final Completion Date at Notice to Proceed 1/19/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (16,533.95) -2.13% Actual / Estimated Substantial Completion Date Final Cost $ 761,015.00 Actual / Estimated Final Completion Date 4/30/2012 Key Project Personn.ell Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Cqqtaq.In ation (listing names indicates approval Name to contacting Title/position the names indivJi4ua1A,&LWjerence) Organization Telephone Email Owner Designer Construction Manager Leonard Nail Engineer Parkhill,Smith&Cooper (806) 473-2200 Inail@team-psc.com Surety lHoward Cowan I Attorney Liberty Mutual 1 (806) 722-2663 Issues / Disputes Resolved or Pending [Number of issues resolved 0 Resolution by Arbitration, Litigation or Total Amount involved in Resolved issues $0.00 Dispute Review Boards lJm er O Issues Pending 0 Total amt involved in Resolved Issues $0.00 Attachment B Project Information Sheet Project Owner lCity of Lubbock 113roject Name ILubbock Downtown Redevelopment General Description of Project Installation of approx. 5,500 LF of conduit Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,074,508.00 Notice to Proceed 1/31/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/25/2012 Owner Enhancements $ (16,033.96) -0.77% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (16,033.96) -0.77% Actual / Estimated Substantial Completion Date 11/25/2012 Final Cost Key Project Personnel $ 2,058,474.04 lActual / Estimated Final Completion Date 12/31/2012 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Troy Lane Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Joseph Van Deventer Engineer SGS Engineering (806) 795-6827 JVanDeventer@SGSEng.com Surety Howard Cowan I Attorney Liberty Mutual 1 (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 BoardsIssues Dispute Review Um er O iSSueS[_0Total Pending amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Project Owner DCOS Project Name Industrial Park General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,199,151.15 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 269,497.00 22.47% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 269,497.00 22.47% Actual / Estimated Substantial Completion Date Final Cost $ 1,468,648.15 Key Project Personqft�� lActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1/31/2013 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Title/position Organization Telephone Email Name Owner Designer Construction Manager George Villarreal Engineer Parkhill, Smith & Cooper (806) 473-3563 GVillarreal@team-psc.com Surety lHoward Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Litigation or BoardsIssues Dispute Review um er O ISSU25 Pending O Total amt involved in Resolved issues $0.00 Total Amount involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Levelland Project Name 2012 Water System Improvements General Description of Project Replace 2" cast iron water with 6" and 8" pvc Project Budget and Sch u 6 Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 249,210.00 Notice to Proceed 11/26/2012 210 Change Orders Contract Substantial Completion Date at Notice to Proceed 5/25/2013 180 Owner Enhancements $ 1,600.00 0.64% Contract Final Completion Date at Notice to Proceed 6/24/2013 210 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 1,600.00 0.64% Actual / Estimated Substantial Completion Date Final Cost $ 250,810.00 Actual / Estimated Final Completion Date 2/28/2013 Key Project Personne Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Steve Levitt Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Steve Levitt Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference q,_qntact Information (listing namq#jDj0"es approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Erik Rejino City of Levelland, Texas (806) 894-0113 erejino@levelllandtexas.org Designer Construction Manager Kristi Laverty Engineer Parkhill, Smith & Cooper (806) 473-3634 klaverty@team-psc.com Surety lHoward Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 BoardsIssues Dispute Review Um er O ISSueS Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Lubbock Project Name Reconstruction & Widening of Frankford Ave General Description of Project Remove and Relocate water and sewer infastructure for new road Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 251,878.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,100.00 14.33% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 36,100.00 14.33% Actual / Estimated Substantial Completion Date 6/30/2013 Final Cost $ 287,978.50 Actual / Estimated Final Completion Date 7/31/2013 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference 4;q!1t (listing names indiqqtes approval Name . contacting Title/position the names individuals Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety lHoward Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disoutes Resolvedor Pendine Number of issues resolved 0 ResolutionArbitration.. Total Amount involved in Resolved issues or $0.00 Diso te:.. um er O ISSueS Pending Q Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner ICity of Lubbock I Project Name 198th St. Paving Improvements (Albany to Huron) General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 955,577.52 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 121,512.02 12.72% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 121,512.02 12.72% Actual / Estimated Substantial Completion Date Final Cost $ 1,077,089.54 Key Project Personnel lActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 7/31/2013 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing narne�sjqlldl!c .ajes approval to contacting Name Title/position the names individuals as a reference) Organization Telephone Email Owner Wood Franklin Public Works Director City of Lubbock, Texas (806) 775-2343 wfranklin@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety Howard Cowan Attorney Liberty Mutual 1 (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 1 O Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review BoardsIssues um er o I55ue5 Pending Q Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner lCostco Project Name Costco Warehouse, Lubbock General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 880,398.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements S 56,433.00 6.41% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 56,433.0( 6.41% Actual / Estimated Substantial Completion Date Final Cost 936,831.01 1 Actual / Estimated Final Completion Date 10/31/2013 Key Project Perso Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change al . contacting Name Title/position Organization Telephone Email Owner Designer Construction Manager Jerry Pollock Project Mgr Jackson Dean Construction (425) 531-1077 jerryp@jacksondean.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review BoardsIssues Um er O ISSUeS Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner JCity of Lubbock lProject Name IMilwaukee Ave Paving Improvements General Description of Project Remove and Relocate water and sewer infastructure for new road Project Budget and Schedule Performance 10 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,511,467.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 316,484.77 12.60% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 316,484.77 12.60% Actual / Estimated Substantial Completion Date Final Cost ,Key $ 2,827,952.27 Actual / Estimated Final Completion Date 1/31/2014 Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates Name approval to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety lHoward Cowan I Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review BoardsIssues um er O issues Pending O Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Cun.ploted Project Owner City of Lubbock Project Name Slide Road Water Line Extension General Description of Project Extend Water Line on Slide Road from 98th St to FM 1585 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 701,510.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date Final Cost 1 $ 701,510.00 Key Project Personnel JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 5/31/2014 Quality Manager Ty Lane Marty Hamm Chris Balios Chris Balios FName centage of Time Devoted to the Project posed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Refell.npq CoilLactigformation (listing names indicates approval to contacting Name Title/position the names individuals as a reference) Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved O Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review BoardsIssues Um er O issues Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed 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 Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 298,366.00 Notice to Proceed 12/3/2014 90 Change Orders Contract Substantial Completion Date at Notice to Proceed 3/3/2015 Owner Enhancements 3,262.00 1.09% Contract Final Completion Date at Notice to Proceed 3/3/2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 3,262.00 1.09% Actual / Estimated Substantial Completion Date Final Cost j 301,628.00 Actual / Estimated Final Completion Date 1/31/2015 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval to contacting Name Title/position the names individuals as a reference) Organization Telephone Email Owner Josh Kristinek Engineer City of Lubbock (806) 775-3397 Jkristinek@mail.ci.lubbock.tx.us Designer Construction Manager Surety lHoward Cowan I Attorney lLiberty Mutual 1 (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review Boards um er O Issues Pending O Total amt involved in Resolved Issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Lubbock Project Name Northwest Lubbock Drainage Improvements General Description of Project Storm Sewer Infastructure (10 x 10 Boxes) up to 50' Deep 15,000 LF Project Budget and Schedule PeW7'� - - Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 30,899,370.70 Notice to Proceed 4/23/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/3/2014 710 Owner Enhancements $ 5,080,518.00 16.44% Contract Final Completion Date at Notice to Proceed 5/18/2014 755 Unforeseen Conditions Change Order Authorized Substantial Completion Date 12/20/2014 Design Issues Change Order Authorized Final Completion Date Total $ 5,080,518.00 16.44% JActual / Estimated Substantial Completion Date 3/31/2015 Final Cost $ 35,979,888.70 JActual / Estimated Final Completion Date 3/31/2015 Key Proje4ff1NWL-AdEL,—L.'.-. Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Paul McMillen Engineer Parkhill, Smith & Cooper (806) 473-2200 pmcmillen@team-psc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved O Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review BoardsIssues Um er ov issues Pending Q Total amt involved in Resolved Issues $0.00 Attachment B Project Information Sheet C;i,,l;lte�l Project Owner City of Lubbock Project Name Buffalo Lake Water Line Replacement General Description of Project Installation of 2,351' of 8" water line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 154,215.10 Notice to Proceed 2/9/2015 60 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/10/2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 4/10/2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total - 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 154,215.10 Actual / Estimated Final Completion Date 4/6/2015 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Ref Contact Information (listing names indicates approval to contacting Name Title/position the names individuals as a reference) Organization Telephone Email Owner John Turpin Engineer City of Lubbock (806) 77S-2342 Jturpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety lHoward Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review Boards Um er O ISSUeS Pending Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed 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 Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,245,847.30 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 1,245,847.30 JActual / Estimated Final Completion Date 8/7/2015 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change _ce,�qyjt4ct IflipLrpation (listing names indicates approval to contacting the names indivLckqa s as a reference) Title/position Organization Telephone Email Name Owner John Turpin Engineer City of Lubbock (806) 775-2342 Jturpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boardslooftiii. Um er O ISSU25 Pending Total amt involved in Resolved issues $0.00 Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 Attachment B Project Informatiun Sheet Completed 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 MEW dget History I Schedule Performance Amount % of Bid Amount Date Days Bid 1,279,031.00 Notice to Proceed 6/8/2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 10/31/2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 0.00% JActual / Estimated Substantial Completion Date Final Cost $ 1,279,031.00 Actual / Estimated Final Completion Date 11/30/?O1 Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Te!ephone Email Owner Designer Construction Manager Alex Kingstom Engineer Parkhill, Smith & Cooper (806) 473-2200 AKingston@team-psc.com Surety Howard Cowan Attorney JLibertV Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review BoardsIMEN&,1 Total amt involved in Resolved issues [Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 I IN umd—aT--ay Issues Pending Attachment B ,jecL IntunnaUun Sheet Completed Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 1 General Description of Project Installation of 35,400' Fiberglass Sewer Pipe, ranging in size from 24" — 54" and depths from 0' — 42' Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 20,293,159.95 Notice to Proceed 5/19/2014 Change Orders Contract Substantial Completion Date at Notice to Proceed May 2015 Owner Enhancements $ (13,848.31) -0.07% Contract Final Completion Date at Notice to Proceed May 2015 Unforeseen Conditions $ 265,699.10 1.31% Change Order Authorized Substantial Completion Date October 2015 Design Issues Change Order Authorized Final Completion Date October 2015 Total $ 251,850.79 1.24% jActual / Estimated Substantial Completion Date October 2015 Final Cost $ 20,545,010.74 Key Project Personnel lActual / Estimated Final Completion Date 11/30/2015 rw-- Lim— Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Email Organization Telephone Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFekete@mail.ci.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety Howard Cowan I Attorney ILiberty Mutual (806) 722-2663 .. Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 :.. NUm er OT Issues Total amt involved in Pending i., Resolved issues Attachment B Project InfurnaUon Sheet Completed Project Owner LEDA Project Name Lubbock Railport Sanitary Sewer Line Extension General Description of Project Installation of 860' of 15" sewer at 10'+ deep Project Budget and Schedule Performance „. Budget History Schedule Performance Amount % of Bid Amount Date Day> Bid S 271,729.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed April 2016 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date Final Cost Personneley Project $ 271,729.00 Actual / Estimated Final Completion Date 4/5/2016 Project Manager P; oject Sup Safety Officer Quality Manager Name Jonathan Ziegner Brandy Mitchell Jonathan Ziegner Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Designer Construction Manager Kristi Laverty Engineer Parkhill (806) 473-3634 klaverty@team-psc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Resolved . Number of issues resolved O Total Amount involved in Resolved issues $0.00 :.. NUMoer Or Issues Pending Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet C 'ilip 'ied Project Owner City of Lubbock Project Name Pump Station Intake Meters General Description of Project Pump Stations #3 & #8 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 640,425.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ (47,155.00) -7.36% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues IChange Order Authorized Final Completion Date Total $ (47,155.00) -7.36% Actual / Estimated Substantial Completion Date Final Cost $ 593,270.00 Actual / Estimated Final Completion Date 9/30/2016 Key Project fi� qp Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name . contacting Title/position Organization Telephone Email Owner John Turpin City of Lubbock, Texas (806) 775-2342 JTurpin@mail.ci.lubbock.tx.us Designer Construction Manager Brian Beach Freese & Nichols (210) 837-2476 brb@freese.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review Boards Um er O Issues Pending p Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner LEDA Project Name Monsanto Potable Water Line Extension General Description of Project Installation of 10,400' of 12" water line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,117,158.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed September 2016 Owner Enhancements $ (1,893.30) -0.17% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (1,893.30) -0.17% Actual / Estimated Substantial Completion Date Final Cost 1 $ 1,115,265.20 Actual / Estimated Final Completion Date 9/30/2016 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Jonathan Ziegner Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Ref . .let Name Title/position nce) Organization Telephone Email Owner Designer Construction Manager John Sedbrook Garney Construction (720) 407-8160 jsedbrook@garney.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved O Resolution by Arbitration, Total Amount involved in Resolved Issues Litigation or $0.00 Dispute Review BoardsIssues um er o issues Pending O Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner ICity of Lubbock Project Name 2" Water Line Change Out General Description of Project Installation of 13,400' of 4"-6" water line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,528,625.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 1,528,625.00 Actual / Estimated Final Completion Date 10/31/2016 Key Project Personnel "M- AW- Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Email Name Title/position Organization Telephone Owner Josh Flud City of Lubbock, Texas (806) 775-3161 Jflud@mylubbock.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review :.. Um er 0 Issues Pending Total amt involved in Resolved issues Attachment B oject Information Siiuet Completed Project Owner lCity of Lubbock Project Name lConstruction of Downtown Duct System, Phase 3 General Description of Project Installation of 8,475' of conduit Budget History Schedule Performance Amount %of Bid Amount Date ��ys Bid S 4,299,237.80 Notice to Proceed 3/7/2016 160 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date 1/2/2017 30 Design Issues Change Order Authorized Final Completion Date Total - 0.00% Actual / Estimated Substantial Completion Date Final Cost 4,299,237.80 Personnel lActual / Estimated Final Project Manager Completion Date Project Sup Safety Officer 11/30/2016 Quality Manager Name Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change .. Name ..ill�ili Title/position . Organization Telephone Email Owner Neil Welch ssistant City Enginee City of Lubbock (806) 775-3254 NWelch@mail.ci.lubbock.tx.us Designer Construction Manager SGS Surety Howard Cowan I Attorney ILiberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pencline Number of issues resolved 0 Resolution bv Arbitration. Total Amount involved in Resolved issues Litileation or $0.00 :.. um er of IssuesT Pending Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 2 General Description of Project Installation of 23,800' Fiberglass Sewer Pipe, ranging in size from 12" — 48" and depths from 0' — 25+' r Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 11,921,273.80 Notice to Proceed 6/15/2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/10/2016 300 Owner Enhancements 1,069,283.42 8.97% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date 3/3/2017 327 Design Issues Change Order Authorized Final Completion Date Total $ 1,069,283.42 8.97% Actual / Estimated Substantial Completion Date 3/3/2017 Final Cost $ 12,990,557.22 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 7/31/2017 Quality Manager Name onathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Name Title/position Organization I Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFekete@mail.ci.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 d or Pendine Number of issues resolved O Resolution bv Arbitration. Total Amount involved in Resolved issues Lifleation or $0.00 Dis:.. . um er O Issues Total amt involved in Pending Resolved issues Attachment B Project Information Sheet Completed Project Owner lCity of Lubbock Project Name lCanyon 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 Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 5,097,938.00 Notice to Proceed 7/11/2016 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/7/2017 270 Owner Enhancements $ 363,241.31 7.13% Contract Final Completion Date at Notice to Proceed 9/9/2016 60 Unforeseen Conditions Change Order Authorized Substantial Completion Date 7/24/2017 108 Design Issues Change Order Authorized Final Completion Date 10/19/2017 Total $ 363,241.31 7.13% Actual / Estimated Substantial Completion Date 7/24/2017 Final Cost $ 5,461,179.31 JActual / Estimated Final Completion Date 10/19/2017 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Gilbert Prieto Jonathan Ziegner Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change gon (listing names iqojiqtes approval to contacting Name Title/position the names individuqiL.ALU&ference) Organization Telephone Email Owner John Turpin City of Lubbock (806) 775-2342 JTurpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 ,,ac / nic utes Resolved or PeTdine Number of issues resolved 0 Resolution bv Arbitration. Total Amount involved in Resolved issues Utilization or $0.00 Dis :.. Um er 0 Issues Pending Total amt involved in Resolved issues $0.00 Attachment B ,)JCLt iiVunnaCiU1, Sheer. Cone Project Owner Lubbock -Cooper ISD Project Name Chlorination and Water System Improvements General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,045,220.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date Final Cost > 1,045,220.00 ProjectKey JActu2LL Estimated Final Completion Date Project Manager Project Sup Safety Officer 11/30/2017 Quality Manager Name Jonathan Ziegner Troy Lane Jonathan Ziegner Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Rebber LCISD (806) 787-4892 mrebber@lcisd.net Designer Construction Manager Surety lHoward Cowan I Attorney Liberty Mutual -,06) 722-2663 Issues I DisDutes Resolved or Pendine ITotal,Arnount Number of issues resolved 0 Resolution bv Arbitration. involved in Resoved issues Lifleation or $0.00 D :.. . l amt involved in um er O Issues�Re Pending lvedissues Attachment B Project Information Sheet Completed Project Owner City of Plainview Project Name Milwee/Juniper Lift Station & Sanitary Sewer Line General Description of Project Installation of 3,500' of 18" - 24" Pipe Project Budget Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 862,854.72 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total - 0.00% Actual / Estimated Substantial Completion Date Final Cost Key Project Personnel $ 862,854.72 51 Actual / Estimated Final Completion Date 12/1/2017 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Bo Rodriguez Jr. Ty Lane Ty Lane Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Designer Construction Manager Pee wood Construction Surety lHoward Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved O Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 BoardsIssues Dispute Review um er o Issues Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed 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 Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 11,644,499.00 Notice to Proceed 4/18/2016 Change Orders Contract Substantial Completion Date at Notice to Proceed 1/13/2017 270 Owner Enhancements $ 181,360.54 1.56% Contract Final Completion Date at Notice to Proceed 2/12/2017 30 Unforeseen Conditions Change Order Authorized Substantial Completion Date 2/22/2018 405 Design Issues Change Order Authorized Final Completion Date 3/24/2018 Total $ 181,360.54 Actual / Estimated Substantial Completion Date 2/22/2018 Final Cost $ 11,825,859.54 Actual / Estimated Final Completion Date 2/22/2018 Key ProjecQA[Winnel.. Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Leo Garcia Jonathan Ziegner Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names ii14!Sges approval Name to contacting Title/position the names inclivI44#ls as a reference) Organization Telephone Email Owner John Turpin City of Lubbock (806) 775-2342 JTurpin@mail.ci.lubbock.tx.us Designer Josh Frisinger Engineer Alan Plummer (817) 806-1700 jfrisinger@apaienv.com Construction Manager Surety Howard Cowan Attorney Liberty Mutual 1 (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review BoardsIssues Um er O Issues Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Cumplc,ted Project Owner City of Lubbock Project Name Pump Station #16 & Storage Tank 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+' dget History I Schedule Performance Amount % of Bid Amount Date Days Bid $ 17,675,000.00 Notice to Proceed 4/29/2016 Change Orders Contract Substantial Completion Date at Notice to Proceed 8/2/2017 460 Owner Enhancements $ 145,106.79 0.82% Contract Final Completion Date at Notice to Proceed 9/21/2017 50 Unforeseen Conditions Change Order Authorized Substantial Completion Date 1/10/2018 Design Issues Change Order Authorized Final Completion Date 3/26/2018 Total $ 145,106.79 0.82% Actual / Estimated Substantial Completion Date 1/10/2018 Final Cost $ 17,820,106.79 Key Project Personnel JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/26/2018 Quality Manager Name Jonath n Ziegner Marty Hamm Jonathan Ziegner Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner John Turpin City of Lubbock (806) 775-2342 1Turpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan I Attorney Liberty Mutual 1 (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 BoardsIssues Dispute Review um er O ISSu s [_ Pending Q Total amt involved in Resolved issues $0.00 Attachment B Project Information SheL� Completed Project Owner City of Lubbock Project Name I Kent Street Water Line General Description of Project Installation of 8,200' of 6"-20" pipe by open cut and bore Budget History Schedule Performance Amount % of Bid Amount Dale Days Bid $ 410,250.00 Notice to Proceed 12/4/2017 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/3/2018 120 Owner Enhancements Contract Final Completion Date at Notice to Proceed 5/3/2018 150 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date 4/3/2018 Final Cost 410,250.00 lActual / Estimated Final Completion Date 4/27/2018 :1559m= Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Troy Lane Jonathan Ziegner Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Adam Nixon City of Lubbock (806) 775-2344 ANixon@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 or Pencline Number of issues resolved 0 Resolution by-4rbitratio Total Amount involved in I Resolved issues $0.00 1 Number of Issues Pending Total amt involved in Resolved issues Attachment B Project Information Sheet Cornplcted 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 Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 914,865.00 Notice to Proceed 7/10/2017 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/6/2018 270 Owner Enhancements Contract Final Completion Date at Notice to Proceed 5/6/2018 300 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total - 0.00% Actual / Estimated Substantial Completion Date 4/6/2018 Final Cost $ 914,865.00 Key ProjeckPetrsonnel Actual / Estimated Final Project Manager Completion Date Project Sup Safety Officer 5/3/2018 Quality Manager Name Ty Lane Chris Balios Ty Lane Ty Lane Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change approval to conta Ing Name Title/position the names individuals as a reference) Organization Telephone Email Owner John Turpin City of Lubbock (806) 775-2342 JTurpin@mail.ci.lubbock.tx.us Designer Engineer Kimley-Horn Construction Manager Surety Howard Cowan Attorney Liberty Mutual 1 (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved Issues Litigation or $0.00 BoardsIssues Dispute Review Um er or issues Pending Q Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Project Owner City of Lubbock Project Name Frankford Water Line Extension General Description of Project Installation of 8,233' of 6"-24" water line by open cut and boring Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 842,545.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 842,545.00 JActual / Estimated Final Completion Date 1/11/2019 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Title/position Organization Telephone Email Name Owner Adam Nixon City of Lubbock (806) 775-2344 Anixon@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Number of issues Total amt involved in Pending Resolved issues $0.00 Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 Attachment B Project Information Sheet Project Owner City of Plainview / Hale County Project Name Business Park, Phase 1 General Description of Project Drainage improvements & installation of approx 4,800 If of 10" water line & approx 5,860 If of 12" sewer line BudgetProject Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 794,005.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 47,986.86 6.04% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 47,986.86 6.04% Actual / Estimated Substantial Completion Date 3/31/2019 Final Cost $ 841,991.86 JActual / Estimated Final Completion Date 3/31/2019 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Cory Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval to contacting Name Title/position the names individuals as a reference) Organization Telephone Email Owner Tim Crosswhite City of Plainview (806) 296-1150 tcrosswhite@plainviewtx.org Designer Bill Coleman Hale County (806) 291-5215 bcoleman@halecounty.org Construction Manager Kristi Laverty Parkhill Smith & Cooper (806) 473-3634 klaverty@team-psc.com Surety Howard Cowan Attorney Liberty Mutual 1 (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review :.. . Number of issues Pending 0 Total amt involved in Resolved Issues $0.00 Attachment B Project Information Sheet Completed Project Owner Lubbock VA LLC Project Name VA Lubbock Community Outpatient Clinic General Description of Project Installation of approx 2,400 If of 4", 6" & 8" water line & approx 200 If of 8" sewer line BudgetProject Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 186,710.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 16,430.00 8.80% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 16,430.00 8.80% Actual / Estimated Substantial Completion Date 6/30/2019 Final Cost $ 203,140.00 JActual / Estimated Final Completion Date 6/30/2019 Key Project Personnel AL Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Steve Levitt Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Tim Crosswhite City of Plainview (806) 296-1150 tcrosswhite@plainviewtx.org Designer Bill Coleman Hale County (806) 291-5215 bcoleman@halecounty.org Construction Manager Kristi Laverty Parkhill Smith & Cooper (806) 473-3634 klaverty@team-psc.com Surety lHoward Cowan I Attorney Liberty Mutual 1 (806) 722-2663 / Disputes Resolved or [Number of issues resolved Pending 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 BoardsIssues Dispute Review Number of issues Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet CowI)leted Project Owner City of Lubbock Project Name FM 179 Water Line Relocation General Description of Project Installation of approx 10,500 If of 12" water line by open cut and bore Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 773,617.50 Notice to Proceed 1/14/2019 Change Orders Contract Substantial Completion Date at Notice to Proceed 5/14/2019 120 Owner Enhancements Contract Final Completion Date at Notice to Proceed 6/13/2019 150 Unforeseen Conditions $ (20,323.50) -2.63% Change Order Authorized Substantial Completion Date 7/31/2019 78 Design Issues Change Order Authorized Final Completion Date 8/30/2019 78 Total $ (20,323.50) -2.63% Actual / Estimated Substantial Completion Date 7/31/2019 Final Cost $ 753,294.00 Actual / Estimated Final Completion Date 7/31/2019 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (Iist�� s indicates approval Name to contacting the names individuals as a reference) Telephone Email Title/position Organization Owner Josh Kristinek Engineer City of Lubbock (806) 775-3397 Jkristinek@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan I Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Number of issues resolved Pending 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 BoardsIssues Dispute Review Number of issues Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Lubbock Project Name Southeast Sewer Plant General Description of Project Placement of new 6" scrubber line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 36,266.85 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 36,266.85 Actual / Estimated Final Completion Date 9/20/201 ' Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Gilbert Prieto Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change _ Name Title/position Organization Telephone Email Owner Mary Gonzales City of Lubbock (806) 775-3229 MHGonzales mail.ci.lubbock.tx.us Designer Construction Manager Surety Issues / Disputes d or Pending Howard Cowan Attorney Resolution by Arbitration, Litigation or Total Amount involved in Resolved issues $0.00 Liberty Mutual (806) 722-2663 Dispute Review Boards Number of issues Total amt involved in Pending 0 Resolved issues ui FNumberofissues resolved 0 Attachment B Project Information Sheet Project Owner City of Lubbock Project Name Southeast Sewer Plant General Description of Project Removal & Replacement of Clarifier Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 175,000.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 175,000.0f Actual / Estimated Final Completion Date 11/6/2019 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Gilbert Prieto Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Telephone Email Name Title/position Organization Owner Mary Gonzales City of Lubbock (806) 775-3229 MHGonzales@maiI.ci.Iubbock.tx.us Designer Construction Manager Surety lHoward Cowan I Attorney Liberty Mutual (806) 722 2663 Boards Number of issues Pending 0 Total amt involved in Resolved Issues $0.00 Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Amarillo Project Name Sewer Relocation General Description of Project Installation of approx 8,200 If of 8"-14" sewer line at 0'-30' deep rf Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,482,235.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 0.00% Actual / Estimated Substantial Completion Date 12/1/2019 Final Cost $ 2,482,235.00 lActual / Estimated Final Completion Date 12/1/2019 Key Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Peter Nguyen Bo Rodriguez Jr Peter Nguyen Ty Lane Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval Name to contacting the names individuals as a reference) Title/position Organization Telephone Email Owner Designer Construction Manager Monte Taylor Amarillo Utility Contractors (806) 342-0255 monte.t@amarilloutility.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 / Disputes Resolved or Pending Number of issues resolved 0 Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or BoardsIssues Dispute Review 0 Total amt involved in Resolved Issues $0.00 $0.00 Number of issues Pending Attachment B Project Information Sheet Project Owner HEB Project Name 1HEB - Lubbock General Description of Project Installation of approx. 3,900' of V-8" water line and approx 2,470' of 6"-8" sewer line 8'-16' deep 'Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 367,707.00 Notice to Proceed 1/6/2020 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/5/2020 90 Owner Enhancements $ 237,607.63 64.62% Contract Final Completion Date at Notice to Proceed 4/5/2020 90 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 237,607.63 64.62% Actual / Estimated Substantial Completion Date 4/5/2020 Final Cost $ 605,314.63 Actual / Estimated Final Completion Date 4/5/2020 KeV Project Personnel Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Title/position Organization Telephone Email Name Owner Designer Construction Manager Erick Perez Asst Project Mgr EMI Corporation (972) 580-1210 erick.perez@emjcorp.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disputes Resolved or Pending Number of issues resolved 0 Resolution bV Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review :.. Number of issues Pending 0 Total amt involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed 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 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,062,165.00 Notice to Proceed 7/29/2019 Change Orders Contract Substantial Completion Date at Notice to Proceed 3/25/2020 240 Owner Enhancements Contract Final Completion Date at Notice to Proceed 4/24/2020 270 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 0.00% Actual / Estimated Substantial Completion Date 3/25/2020 Final Cost $ 1,062,165.00 Key Project Personnel 717=- Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 4/24/2020 Quality Manager Name Jonathan Ziegner Cory Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/position Organization Telephone Email Owner John Turpin Engineer City of Lubbock (806) 775-2342 Jturpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan I Attorney Liberty Mutual (806) 722-2663 :.. ..y = Number of issues Total amt involved in Pending a Resolved issues $0.00 Number of issues resolved D Total Amount involved in Resolved issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Lubbock Project Name Southeast Sewer Plant General Description of Project Removal and Replacement of 2 36" effluent lines to primary lift station from headworks Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 888,799.00 Notice to Proceed 1/16/2020 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date Final Cost 888,799.00 Ir Actual / Estimated Final Completion Date 5/9/2020 Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Gilbert Prieto Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listingmws indicates approval Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner Mary Gonzales City of Lubbock (806) 775-3229 MHGonzales@maiI.ci.Iubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual 2663 :.. Number of issues resolved 0 Total Amount involved in Resolved Issues $0.00 Number of issues Pending 0 Total amt involved m Resolved issues $0.i Attachment B Project Information Shee, Completed Project Owner City of Lubbock Project Name Southeast Sewer Plant General Description of Project Removal and Replacement of 10" Effluent line Project Budget and Schedule Performance 1W, 777777- Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 5 16,046.00 Notice to Proceed 1/16/2020 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date Final Cost $ 16,046.00 Key Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 5/31/2020 Quality Manager Name Jonathan Ziegner Gilbert Prieto Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change 99 Name Title/position Organization Telephone Email Owner Mary Gonzales City of Lubbock (806) 775-3229 MHGonzales@mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual 306) 722-2663 Issues / Disputes Resolved or Number of issues resolved Pending O Resolution by Arbitration, Total Amount involved in Resolved issues Litigation or $0.00 Dispute Review Bo4w Number of issues Total amt involved in Pending O Resolved Issues $0.00 Attachment B Project Information Sheet Completed Project Owner City of Lubbock 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+' BudgetProject Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 5,825,039.00 Notice to Proceed 3/25/2019 Change Orders Contract Substantial Completion Date at Notice to Proceed 1/19/2020 300 Owner Enhancements $ (5,627.10) -0.10% Contract Final Completion Date at Notice to Proceed 2/18/2020 330 Unforeseen Conditions Change Order Authorized Substantial Completion Date 6/17/2020 150 Design Issues Change Order Authorized Final Completion Date 7/17/2020 150 Total $ (5,627.10) -0.10% Actual / Estimated Substantial Completion Date 6/2/2020 Final Cost $ 5,819,411.90 Key Project Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 6/2/2020 Quality Manager Name Jonathan Ziegner Gilbert Prieto Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Reference Contact Information (listing names indicateIW6val Name to contacting Title/position the names individuals as a reference) Organization Telephone Email Owner John Turpin Engineer City of Lubbock (806) 775-2342 Jturpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety lHoward Cowan Attorney Liberty Mutual 3 toe Ro�^6 Number of issues resolved 0 Total Amount involved in Resolved issues $0.00 Number of issues Pending p Total amt involved in Resolved issues $0.00 City of Lubbock, TX Purchasing and Contract Management Similar Projects and Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers customers of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Company Name: Kimley-Horn and Associates, Inc. Address: 4411 98th Street, Suite 300, Lubbock, TX 79424 Contact Person and Title: Kenny Friar Project Engineer / Aaron Rader Project Engineer Phone: (806) 541-5423 Email: kenny.friar@kimley-horn.com Similar Project: Loop 88 Water Line Relocation Year 2020/2021 REFERENCE TWO Company Name: Parkhill Smith & Cooper Address: 4222 85th St., Lubbock, TX 79423 Contact Person and Title: Mark Harber Project Engineer Phone: (806) 473-2200 Email: mharber@parkhill.com Similar Project: LEDA Nutmeg & Hunter Water and Sewer Extension Year 2021 REFERENCE THREE Company Name: Hugo Reed & Associates, Inc. Address: 1601 Avenue N, Lubbock, TX 79401 Contact Person and Title: Tason Swofford President Phone: (806) 763-5642 Email: jswofford@hugoreed.com Similar Project: Assisted Living Water Line Extension - City of Wolfforth Year 2020/2021 Pate Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror And Attached to Submittal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. CONTRACTOR'S BUSINESS NAME: Utility Contractors of America, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: Utility Contractors of America, Inc. 5805 County Road 7700 Lubbock, TX 79424 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. The Proposer must complete, sien and return as part of their submittal response. Pate Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. 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. 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 four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO 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 X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. 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 X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: .94 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. SignatuiC l/ President/CEO - Jonathan Ziegner Title WORKERS COMPENSATION EXPERIENCE RATING NCC/ Risk Name: UTILITY CONTRACTORS OF AMERICA INC Risk ID: 420076452 Rating Effective Date: 09/05/2020 Production Date: 04/10/2020 State: TEXAS State Wt Exp Excess Losses Expected Losses Exp Prim Losses Act Exc Losses Ballast Act Inc Losses Act Prim Losses �TX .111 46,000� 71,101 25,101 24,444 29,850 46,244 21,800 (A) Wt (B) (C) Exp Excess Losses(D-E) (D) Expected Losses (E) Exp Prim Losses (F) Act Exc Losses -1) (G) Ballast (H) Act Inc Losses (1) Act Prim Losses .11 I I 46,000I 71,1011 25,101 I 24,4441 29,8501 46,244I 21,800I Primary Losses Stabilizing Value Ratable Excess Totals (1) C - (1 - A) + G (A) (F) (J) Actual 21,800 70,790 2,689 95,279 (E) C - (1 - A) + G (A) (C) (K) Expected 25,101 70,790 5,060 100,951 ARAP FLARAP SARAP MAARAP Exp Mod (J) / (K) Factors .94 copyrignr .i aam-zuzu, An rignts reservea. i nis proauct is compnsea or compnations ana mrormation wnicn are me proprietary ana exclusive property or me Navonai councn on compensation insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is" "As available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user's and NCCI shall not have any liability thereto. Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING 0,AVCCfRisk Name: UTILITY CONTRACTORS OF AMERICA INC Risk ID: 420076452 Rating Effective Date: 09/05/2020 Production Date: 04/10/2020 State: TEXAS 42-TEXAS Firm ID: Firm Name: UTILITY CONTRACTORS OF AMERICA INC Carrier: 29939 Policy No. 0001204282 Eff Date: 09/05/2016 Exp Date: 09/05/2017 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5606 1 .22 .38 289,123 6361 242I 3001066431 04 I F I 41,9441 17,500I 6306 1 1.57 .35 1,047,972 16,4531 5,7591 6319 1 1.13 .35 466,079 5,2671 1,8431 8227 1 .67 .37 384,776 2,5781 9541 8809 1 .04 .36 62,400 251 9I 8810 1 .03 .36 200,831 601 221 Policy Total: 2,451,181 Subject Premium: 131,926 I JTotal Act Inc Losses: 41,944 42-TEXAS Firm ID: Firm Name: UTILITY CONTRACTORS OF AMERICA INC Carrier: 29939 Policy No. 0001204282 Eff Date: 09/05/2017 Exp Date: 09/05/2018 Code ELR D� Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 5606 1 .22 .38 289,323 6371 2421 6306 1 1.57 .35 873,643 13,7161 4,801I 6319 1 1.13 .35 518,702 5,8611 2,0511 8227 1 .67 .37 414,284 2,7761 1,0271 8809 1 .04 .36 62,400 251 9I 8810 1 .03 .36 174,160 521 191 Policy Total: 2,332,512 Subject Premium: 103,363 Total Act Inc Losses: 0 42-TEXAS Firm ID: Firm Name: UTILITY CONTRACTORS OF AMERICA INC Carrier: 29939 Policy No. 0001204282 Eff Date: 09/05/2018 Exp Date: 09/05/2019 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5606 1 .22 .38 187,200 4121 157I 0001161342 05 I F I 4,300 4,3001 6306 1 1.57 .35 898,3101 14,1031 4,9361 6319 1 1.13 .35 503,2751 5,6871 1,9901 8227 1 .67 .37 408,860 2,7391 1,0131 8809 1 .04 .36 62,4001 251 91 8810 1 .03 .36 164,241 491 181 Policy Total: 2,224,286 Subject Premium: 77,553 Total Act Inc Losses: 4,300 Copyright 1993-2020, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, ic. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is \s available" "With all defects' and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly sclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the �oduct or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be sed for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the produc id information are the end user's and NCCI shall not have anv liability thereto. * Total by Policy Year of all cases $2000 or less. D Disease Loss X Ex -Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 2 of 2 City of Lubbock, TX Purchasing and Contract Management SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-I10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 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. COMPANY NAME: Utility Contractors of America, Inc. Signature of Company Official: Date Signed: Tune 17, 2021 Printed name of company official signing above: Tonathan Ziegner - President/CEO Pate 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 T & D Boring, LLC. Cleburne, TX Boring Minority Owned Yes No X ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Utility Contractors of America, Inc. (PRINT NAME OF COMPANY) Pate Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ° ° 2. ° ° 3. ° ° 4. ° ° 5. ° ° 6. ° ° 7. ° ° 8. ° ° 9. ° ° 10. ° ° 11. 12. 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: (PRINT NAME OF COMPANY) 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 Pate Intentionally Left Blank PAYMENT BOND Pate 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 Utilitv 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 Four Hundred Ninety Two Thousand Eight Hundred Seventy Dollars ($492,870) 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 13th day of July, 2021, to RFP 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project 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 2021. 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. Pate 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 Four Hundred Ninety Two Thousand Eight Hundred Seventy Dollars ($492,870) 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 13 th day of July, 2021, to RFP 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project 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 , 2021. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Pate 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. Pate Intentionally Left Blank CERTIFICATE OF INSURANCE Pate Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: 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 f the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ 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) By: 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. Pate Intentionally Left Blank 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 (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 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. CONTRACT Pate Intentionally Left Blank Contract 15943 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 13" day of July. 2021 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 ofLubboc County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WTTNESSETH: 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 21-15943-JM Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B Project 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 June 17, 2021 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: Utility Contractors of America, Inc. By: PRINTS NAME: TITLE: /df„t wtL COMPLETE ADDRESS: Utility Contractors of America, Inc. 5805 County Road 7700 Lubbock, Texas 79424 ATTE orpor a Secretary CITY OFl By: I -� LUBB C , TEXAS (OWNER): Daniel M. Pope, Mayor ATTEST: Rebecca karza, City Secretary U APPROVED AS TO CONTENT: Engin ring Deartment, Public Works Aww- IC-¢ai1TL — 0-t zt Name (Printed) dite VEIL AS TO FORM: K li Leisure, Assistant City Attorney Pate Intentionally Left Blank CONFLICT OF INTEREST OUESTIONNAIRE CHAPTER 176 Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Conflict of Interest Questionnaire & Certificate of Interested Parties CONFLICT OF INTEREST QUESTIONNAIRE (CIO) It 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 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 A 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: hM2s://www.ethics.state.tx.us/fortns/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79401 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. CERTIFICATE OF INTERESTED PARTIES 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). Pate Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management TEXAS GOVERNMENT CODE SECTION 2252.152 I, Jonathan Ziegner , the undersigned representative of Utility Contractors of America, Inc. (Company or business name) 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. Company Name: SIGNED BY: Print Name & Title: Ionathan Ziegner - President/CEO Date Signed: June 17, 2021 Pate Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management TEXAS GOVERNMENT CODE SECTION 2271.002 By signing below, Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. Company Name: SIGNED BY: Print Name & Title: Jonathan Ziegner - President/CEO Date Signed: _Tune_17, 202L 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. NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Jonathan Ziegner being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; 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. Utility Contractors of America, Inc. Firm Jonathan Ziegner Name Signature President/CEO Title sworn to l F`oFe me this17 day of 2021 Notary Public j Irylm'o& My Commission Expires: BROOKLYN BLAIN ' Notary Pudic, State of Texas !D# 130023794 My Commission Expires November 12, 2022 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION GENERAL CONDITIONS OF THE AGREEMENT Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT REMINKSAMEW" 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 3. 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. 4. OWNER'S REPRESENTATIVE As referred in General Conditions Cont'd 5. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 6. 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. 7. 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). 8. 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. 9. 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 ten 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 to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 EOUIPMENT 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 As referred in General Conditions Cont'd 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 objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES Please see attached. 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. OUANTITIES 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 quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty- one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK As referred in General Conditions Cont'd 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, 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: hllps:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Vendors/Contractors/Providers must be in compliance with the provisions of §2252.152 and §2252.153 of the Texas Government Code, which states in part, contracts with companies engaged in business with Iran, Sudan, or Foreign Terrorist Organizations are prohibited. A governmental entity may not enter into a contract with any company listed on the Comptroller of the State of Texas website identified under Section 806.051 or Section 2253.253, which do business with Iran, Sudan or any Foreign Terrorist Organization. By submitting a signed response to this request, contractor verified to Lubbock County that it is not on any such list. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 The Contractor warrants that it complies with Chapter 2271.002 of the Texas Government Code by verifying that: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. Pursuant to Section 2271.002, Texas Government Code: (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. 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 contact 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. CITY OF LUBBOCK WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 Page Intentionally Left Blank EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator -Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT 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 Standard SPECIFICATIONS Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. lui bbock TEXAS CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILIATION PHASE 3B TECHNICAL SPECIFICATIONS 05/14/2021 ZOLTAN FEKETE ' s 9M63 `�� TABLE OF CONTENTS DIVISION 1 — GENERAL REQUIREMENTS 01010 Summary of Work--------------------------------------------------------1 01019 Contract Considerations--------------------------------------------------5 01020 Measurement and Payment ---------------------------------------------- 6 01028 Change Order Procedures------------------------------------------------10 01039 Coordination and Meetings----------------------------------------------13 01140 Work Restrictions---------------------------------------------------------15 01300 Submittal Procedures-----------------------------------------------------18 01310 Progress Schedules -------------------------------------------------------- 22 01356 Storm Water Pollution Prevention Plan -------------------------------- 24 01380 Project Photographs------------------------------------------------------28 01400 Quality Requirements ----------------------------------------------------- 30 01410 Testing Laboratory Services---------------------------------------------34 01555 Barricades, Signs, and Traffic Handling-------------------------------37 01576 Waste Material Disposal-------------------------------------------------38 01700 Contract Closeout---------------------------------------------------------40 DIVISION 2 — SITE WORK 02082 Pre -Cast Concrete Manholes--------------------------------------------42 02084 Frames, Grates, Rings, and Covers ------------------------------------ 44 02221 Removing & Replacing Existing Pavements--------------------------49 02240 Dewatering----------------------------------------------------------------51 02257 Controlled Low Strength Material ------------------------------------- 54 02260 Excavation Support and Protection-------------------------------------57 02317 Excavation and Backfill for Utilities-----------------------------------60 02320 Utility Backfill Materials ------------------------------------------------- 70 02445 Boring and Encasing-----------------------------------------------------74 02530 Sanitary Sewer Piping---------------------------------------------------78 02606 Polymer Concrete Manholes ------------------------------------------- 84 02607 Fiberglass Manholes ----------------------------------------------------- 89 02611 Steel Casing Pipe --------------------------------------------------------- 93 02750 Bypass Pumping of Existing Sanitary Sewers------------------------125 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete---------------------------------------------------137 SECTION 01010 SUMMARY OF WORK PART1 GENERAL IKLots] STMu/Ot1wi A. This section covers the description of the Work to be completed under these Specifications. B. Identification: City of Lubbock, Lubbock, Texas. C. Section includes: (1) Definitions (2) Project description (3) Permits and licenses (4) Access to site (5) Contractor's use of the premises (6) Project schedule (7) Security Procedures (8) Coordination requirements (9) Pre -construction meeting (10) Warranty 1.2 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.3 PROJECT DESCRIPTION A. Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 3B, Capital Improvements Project. B. Major work items are: (1) Construction of approximately 208 linear feet of 24-inch diameter gravity sanitary sewer line in open cut trench. (2) Construction of approximately 200 linear feet of 24-inch diameter gravity sanitary sewer line within 36-inch diameter steel casing by methods other than open cut. (3) Construction of two new manhole and other associated work items. Summary of Work 01010-1 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. 1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5 PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 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 120 calendar days from the date of the Notice to Proceed. B. There will be a $200.00 per day liquidated damages for each day that exceeds the limit. C. Within ten (10) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $100 per day liquidated damages assessed for each day that exceeds the limit. PART 2 PRODUCTS Summary of Work 01010-2 Not used. PART 3 EXECUTION A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3 PRE -CONSTRUCTION MEETING A. A pre -construction meeting will be held ten (10) days of the date of Notice to Proceed and prior to any construction taking place. WEA WI%\ 7:7.111 M1 1 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 Summary of Work 01010-3 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 1 Oth 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 Contract Considerations 01019-1 PART 1 -GENERAL SCOPE SECTION 01020 MEASUREMENT AND PAYMENT 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. PAY ITEMS PAY ITEM NO. 1 - 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. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 3. When 1 % of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. MEASUREMENT AND PAYMENT 01020- 1 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization" will be made onthe final estimate after final acceptance of the project. PAY ITEM NO. 2 —24" SEWER PIPE, SN72 FRP or PS75 PVC, BY OPEN CUT, ALL DEPTHS This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to install the above referenced fiberglass or PVC sewer pipe by open cut at various depths measured to the flow line as shown in the plans and described in the technical specifications. Complete, in place, including trench safety, bedding, embedding, compaction, post construction cleaning and video inspection. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 3 — 24" SEWER PIPE, SN72 FRP or PS75 PVC, IN 36" STEEL CASING, BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 24-inch above referenced fiberglass of PVC sewer pipe and 36-inch steel casing pipe including, but not limited to, casing spacers or steel skids, grouting of annular space, and end seals as shown in the plans and described in the technical specifications. Complete, in place, including post construction cleaning and video inspection. Measurement for payment shall be on a linear foot basis. PAY ITEM NO. 4 — 5-FOOT DIA. FIBERGLASS OR POLYMER CONCRETE MANHOLE RISER WITH CONCRETE BASE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install a 5-foot diameter fiberglass manhole with concrete base as shown in the plans, specifications and details. Complete, in place, Including backfilling and vacuum testing. Measurement for payment shall be on a per each basis. PAY ITEM NO. 5 — EXTRA DEPTH FOR 5-FOOT DIA. FIBERGLASS OR POLYMER MANHOLE RISER WITH CONCRETE BASE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 5-foot diameter fiberglass manhole with concrete base at depths greater than 6- feet. Manhole depths shall be measured from proposed rim elevation to flow line as shown in the plans. Measurement for payment shall be on a vertical foot basis. MEASUREMENT AND PAYMENT 01020- 2 PAY ITEM NO. 6 — CONNECT EXISTING SANITARY SEWER PIPE TO PROPOSED MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to connect all existing sanitary sewer pipe to the proposed manholes at the locations and grades shown on the plans. Measurement for payment shall be on a per each basis. PAY ITEM NO. 7 — ABANDON EXISTING MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to abandon existing manholes in -place at the locations shown on the plans. Complete, in place, including removal of frame, cover, cone section, grout fill riser section, backfill and compaction. Measurement for payment shall be on a per each basis. PAY ITEM NO. 8 — CUT AND PLUG EXISTING 24" SEWER LINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to cut and plug the existing 24" sanitary sewer pipe. Measurement for payment shall be on a lump sum basis. PAY ITEM NO. 9 — GROUT EXISTING SEWER LINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to grout existing sewer lines abandoned in place, including removal of the wastewater from the pipeline. Measurement for payment shall be on a per cubic yard basis. PAY ITEM NO. 10 — FLOWABLE FILL This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to add flowable fill to sewer lines. Measurement for payment shall be on a per cubic yard basis. PAY ITEM NO. 11 — HYDROSEED Measurement will be made of the area, in square yards, of hydroseed shown on plans. Hydroseed will be paid for at the unit price bid per square yard. The unit price bid shall include spreading topsoil, fertilization, watering, maintenance, and all incidentals necessary to complete the work. All work shall be performed in accordance with Division 2 Section 02920 — Lawns and Grasses. PAY ITEM NO. 12 — TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION PREVENTION AND CONTROL 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, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. Payment will be made at the unit price MEASUREMENT AND PAYMENT 01020- 3 bid per lump sum 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 plans. 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. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01020 MEASUREMENT AND PAYMENT 01020- 4 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. (6) If subcontracted, on request, provide subcontractor documentation according to Contract Conditions and this specifications. Show Contractor markup on subcontractor changes. 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. Change Order Procedures 01028-1 1.4 CHANGE PROCEDURES A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications and a change in Contract Time for executing the change. 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 Change Order Procedures 01028-2 A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.10 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. The Contractor shall promptly enter changes in Project Record Documents. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Change Order Procedures 01028-3 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. Tentative agenda: (1) Use of premises by Owner and Contractor. (2) Distribution of executed Contract Documents. (3) Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. (4) Submission of list of Subcontractors, list of products and progress schedule. (5) Designation of personnel representing the parties in Contract and the Engineer. (6) Owner's requirements. (7) Construction facilities and controls provided by Owner. (8) Survey and layout. (9) Security and housekeeping procedures. (10) Schedules. (11) Procedures for testing. (12) Procedures for maintaining record documents. (13) Inspection and acceptance of products put into service during construction period. Coordination and Meetings 01039-1 C. 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 Coordination and Meetings 01039-2 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. E. Driveways for residents who are handicapped in residential areas shall be kept in service to the extent feasible. Provide alternate assistance or access while driveway or street is blocked at any handicapped individual's residence. 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. C. The Work under this contract requires special attention to the scheduling and conduct of the Work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 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. Work Restrictions 01140-1 B. No work shall be performed on the following holiday periods or days: (1) New Year's Day (2) Good Friday Holiday (3) Memorial Day Holiday (4) Independence Day Holiday (5) Labor Day Holiday (6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. (7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. (1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. (2) Based on the justification provided, the Owner may approve work outside regular hours. (3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5 UTILITY CUTOVERS AND INTERRUPTIONS A. Contractor is responsible for notifying residences in advance of utility interruptions. B. 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. C. Sanitary sewer service connections shall be re -connected in a timely manner following installation of the new sanitary sewer pipe. D. Water line service interrupted shall be re -connected in a timely manner following installation of new water line. 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 an OSHA approved 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 on 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. Work Restrictions 01140-2 D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. (1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. (2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. (3) The City will not furnish potable water free of charge for the construction work. (4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 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 Work Restrictions 01140-3 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: Development Engineering Services 1314 Ave K 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 (21) days for initial review of each submittal. (7) If intermediate submittal is necessary, process it in same manner as initial submittal. (8) Allow fifteen (15) days for processing each resubmittal. G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Submittal Procedures 01300-1 I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3 RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). PART 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. 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 Submittal Procedures 01300-2 (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 I I 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 % x 11 inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of %2 inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 — Contract Closeout. 2.4 INFORMATION SUBMITTALS A. Manufacturer's Instructions: (1) When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. (2) Identify conflicts between manufacturers' instructions and Contract Documents. (3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates (1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. (2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. (3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: (1) Prepare written information indicating current status of insurance or bonding coverage. (2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. (1) Stamp each submittal with a uniform approval stamp. Submittal Procedures 01300-3 (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. 91MI ./I�� �I�l t: ►MIX" I le1-►iUMIMMIXOMO 7 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) Exceptions as noted (3) Rejected Revise and resubmit 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 Submittal Procedures 01300-4 SECTION 01310 PROGRESS SCHEDULES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. 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. Progress Schedules 01310-1 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 Progress Schedules 01310-2 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan 1.2 CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution 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. It is the Contractor's responsibility to ensure that the SWP3 is in full compliance with the TPDES permit. E. 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. Storm Water Pollution Prevention Measures 01356-1 C. Silt Fences/Diversion Berms (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) Geotextiles (d) Vegetative buffer strips (e) Paving (f) Stabilization measures shall be implemented in accordance with the SWP3. PART 2 PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric (1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. (2) The filament shall consist of a long -chain synthetic polymer composed of at least eight - five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. (3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. Storm Water Pollution Prevention Measures 01356-2 (4) The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS U.S. Std. Sieve ASTM D 4751 20 — 100 B. Silt Fence Stakes and Posts (1) The Contractor may use either wooden stakes or steel posts for fence construction. (2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. (3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling\ (1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales (1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. (2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. (3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. (4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. (5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. Storm Water Pollution Prevention Measures 01356-3 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 Storm Water Pollution Prevention Measures 01356-4 SECTION 01380 PROJECT PHOTOGRAPHS PART 1— GENERAL 1.1 WORK INCLUDED A. This section covers the description of the Work to be completed under these Specifications. B. All project photography shall follow the specifications listed herein. 1.2 DEFINITIONS A. CD — compact disk; electronic media for storing digital information such as photos; B. jpeg — a specific photographic file format utilizing file compression with minimal loss of image quality; C. Megapixels — defined as one million pixels; used for image density rating; D. Picture — synonymous with photograph; E. Pixel — the smallest indivisible color element of a raster image; F. USB — stands for Universal Serial Bus, an industry standard for short -distance digital data communications G. USB port — is a standard cable connection interface for computer and electronic devices H. USB Drive — an external hard disk drive or optical disc drive that plugs into the USB port 1.3 QUALITY ASSURANCE A. The Contractor shall verify image quality through camera's on -screen display after taking photos. B. Photos shall not utilize digital zooms. 1.4 SUBMITTALS A. The following elements of construction shall have a minimum of 10 photos each from multiple angles: (1) Pre -construction conditions (2) Excavation & shoring (3) Concrete formwork & reinforcement placement (4) Precast curb inlet installation (5) Backfilling & compaction (showing method of compaction at each change in material) (6) Plug and flowable fill of existing storm drain line. B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate materials or progress verification. C. Photos shall be submitted in digital format on any of the following hard media: Photographic Documentation 01380-1 (1) Photo CD (2) USB Drive D. Emailed photo submittals will not be accepted. E. External hard drives for file transfer will not be accepted. PART 2 — PRODUCTS 1.5 PHOTOGRAPHS A. All photography shall be digital. B. File format for all pictures shall be jpeg. C. All photos shall be of a size of 2.0 megapixels or greater. D. Naming Convention (1) All digital photo files will be re -named according to the following standard: [ContractNumber]-[Description] Example: 011035-Precast Concrete Curb Inlet Installation at 22"d Street (a) Station numbering shall appear in the description when applicable. (b) Camera's date settings must be correct and automatic date information shall not be tampered with or altered after photos are taken. PART 3 — EXECUTION 1.6 RESTRICTIONS A. In secure areas, permission will be required prior to access. B. Pictures taken from outside secure areas (through or over fence) will not be allowed. 1.7 PROCEDURES A. Photos shall be taken during on -going work, unless requested by Engineer. B. Number of photos per construction element may change based on complexity of construction or due to unforeseen circumstances. 1.8 OTHER REQUIREMENTS A. The Engineer reserves the right to request additional pictures. B. The City's Senior Inspector may also request additional photos in special circumstances. END OF SECTION Photographic Documentation 01380-2 SECTION 01400 QUALITY REQUIREMENTS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Definitions (2) Testing Requirements (3) Submittals (4) Quality Control (5) Repair and Protection 1.2 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3 TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4 SUBMITTALS A. Qualification Data: (1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. (2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. (a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: (1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: (a) Date of issue (b) Project title and number. Quality Requirements 01400-1 (c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. (d) Dates and locations of samples and test (e) Names of individuals making tests (f) Description of the work and test method (g) Identification of material, product, and specification Section. (h) Complete test or inspection data (i) Test results and interpretation of test results 0) Ambient conditions at time of sample taking and testing. (k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. (1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. (m) For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: (1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: (1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: (1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. (2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: (1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. (2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: (1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. (2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: (1) Provide quality control services required in the various specification Sections. Quality Requirements 01400-2 (2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. (7) Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. (8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: (1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: (1) Cooperate with the Engineer and Contractor in performance of duties. (2) Provide qualified personnel and necessary equipment to perform required tests and inspections. (3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. (4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. (5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. (6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. (7) Do not perform any duties of the Contractor. E. Associated Services: (1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. (2) Notify agency sufficiently in advance of operations to permit assignment of personnel. (3) Provide the following: (a) Access to the Work. (b) Incidental labor and facilities necessary to facilitate tests and inspections. (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. Quality Requirements 01400-3 (f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. (g) Delivery of samples to testing agencies. (h) Preliminary design mix proposed for use for material mixes that require control by testing agency. (i) Security and protection for samples and for testing and inspecting equipment at 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 1 EXECUTION 1.1 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Quality Requirements 01400-4 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. I. Payment for re -testing will be paid by the Contractor. 1.3 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Testing Laboratory Services 01410-1 C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.4 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. 1.5 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall include: (1) Date issued (2) Project title and number (3) Name of inspector (4) Date and time of sampling or inspection (5) Identification of product and Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. Testing Laboratory Services 01410-2 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 Testing Laboratory Services 01410-3 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 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 Barricades, Signs and Traffic Handling 01555-1 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. (3) For a complete list of fees associated with the WTRDF, please go to the City's website at https:Hci.lubbock.tx.us/departments/solid-waste-management/faqs. (4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil maybe deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. Waste Material Disposal 01576-1 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 Waste Material Disposal 01576-2 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 smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: (1) Contract Drawings (2) Specifications (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. Contract Closeout 01700-1 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 Contract Closeout 01700-2 SECTION 02082 PRE -CAST CONCRETE MANHOLES PART1 GENERAL 1.1 SUMMARY A. This section of the specifications pertains to pre -cast concrete manholes and related items. B. Section Includes: (1) References (2) Submittals (3) Delivery, Storage, and Handling (4) Pre -Cast Concrete Manholes (5) Cast -in Place Concrete (6) Reinforcing Steel (7) Mortar (8) Miscellaneous Metals (9) Sealant Materials (10) Backfill Materials (11) Non -Shrink Grout (12) Examination (13) Manhole Base Sections and Foundations (14) Pre -Cast Manhole Sections (15) Pipe Connections at Manholes (16) Inverts for Manholes (17) Inverts for Sewers (18) Manhole Frame and Adjustment Rings (19) Backfill (20) Testing (21) Protection 1.2 REFERENCES A. ASTM A 307 — Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 — Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. C. ASTM C478 — Standard Specification for Pre -cast Reinforced Concrete Manhole Sections. D. ASTM C857 — Minimum Structural Design Loading for Underground Pre -cast Concrete Utility Structures. E. ASTM C858 — Underground Pre -cast Concrete Utility Structure. F. ASTM C 1107 — Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). Pre -cast Concrete Manholes 02082-1 * Where reference is made to one of the above standards, the latest revision shall apply. 1.3 SUBMITTALS A. Conform to requirements of Section 01300 —Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: (1) Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. (2) Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. (3) Include certification from manufacturer that pre -cast manhole design is in full accordance with ASTM C478 and design criteria as established in Paragraph 2. LK of this Specification. (4) Materials to be used for pipe connections at manhole walls. (5) Materials to be used for stubs and stub plugs. (6) Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. (7) Material to be used for sealing of riser joints. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. B. Store and handle the units at the project site in such a manner to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. C. Lift and support units at designated lift points. D. Deliver anchorage items that are to be embedded in other construction before starting such work. E. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections and related components conforming to ASTM C 478. B. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. C. Make date of manufacture and name or trademark of manufacturer on inside of barrel. D. Provide reinforced concrete risers constructed from forty-eight (48) inch diameter standard reinforced concrete manhole sections unless otherwise noted on the Drawings. E. Combine various lengths of manholes sections to total the correct height with the fewest joints. F. Wall sections shall be designed for depth and loading conditions, but shall not be less than four (4) inches thick. G. Base section shall be a minimum thickness of six (6) inches under the invert. H. Provide tops to receive cast iron frames and covers designed to support AASHTO H-20 loading. I. All manholes shall be eccentric cone section unless specified on the plans. J. Frame and cover shall be designed for AASHTO H-20 loading. Pre -cast Concrete Manholes 02082-2 K. The manholes walls, transition slabs, tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the depth as shown on the Drawings and to resist the following loads. (1) AASHTO H-20 loading applied to the manhole cover and transmitted down to the transition and base slabs. (2) Unit soil weight located above all portions of the manhole, including the base slab projections. (3) Internal liquid pressure based on a unit weight of 62.4 pcf for the full height of the manhole. L. The minimum clear distance between any two wall penetrations shall be twelve (12) inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. M. For sealants used between concrete riser sections, refer to Section 02082, 2.6 B. N. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 5 psi internal pressure, with only minor weeping under 10 psi internal pressure. O. Manhole sections must withstand an intermittent internal hydrostatic pressure of 10 psi without structural failure. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete B. Concrete for inverts not integrally formed with manhole base shall be either five (5) sack premix (bag) concrete or Class A concrete, with a minimum compressive strength of 3000 psi. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Mortar shall conform to requirements of ASTM C 270, Type S using Portland Cement. 2.5 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings, and Covers. 2.6 PIPE TO MANHOLE CONNECTION FOR STORM SEWERS A. Grout space between the pipe and manhole -wall with non -shrink grout conforming to ASTM C 1107 for all pipe materials. 2.7 SEALANT MATERIALS A. Provide sealing materials between pre -cast concrete adjustment ring and manhole cover frame, such as ConSeal SC-202 Butyl Sealant or approved equal. B. Provide joints between concrete riser sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. C. Provide rubber gaskets for ASTM C 443 joints. 2.8 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 — Excavation and Backfill for Utilities. Pre -cast Concrete Manholes 02082-3 2.9 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to ninety-five (95) percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. K�► /:�►1 [e [s7►T.y:11►i1,11 1111C� 1110"D N [6120 A. Scarify and compact base material to ninety-five (95) percent ASTM D 698 Standard Proctor Density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. B. Place twelve (12) inches of Class I gravel backfill as base for cast -in -place manhole base. 3.3 PRE -CAST MANHOLE SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Install pre -cast adjustment rings above tops of cones as required to adjust the finished elevation and to support the manhole frame. C. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. D. Do not incorporate manhole steps in manhole sections for storm sewers. 3.4 PIPE CONNECTIONS AT MANHOLES A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on plans. B. Grout all space between pipe and manhole wall with non -shrink grout and coat with an epoxy bonding agent. 3.5 INVERTS FOR SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe -manhole connections. B. Conform to following criteria: (1) Slope of invert bench: 1/2 inch per foot minimum; 1 inch per foot maximum (2) Depth of bench to invert shall be equal to 1/2 the largest diameter pipe, entering the manhole. (3) Invert slope through manhole shall be 0.10 foot drop across manhole with smooth transition of invert through manhole, unless otherwise indicated on the Drawings. C. Form invert channels with concrete if not integral with manhole base section. Pre -cast Concrete Manholes 02082-4 D. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. E. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 3.6 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine pre -cast concrete adjustment rings so that the elevation of the installed casting cover matches the pavement surface. B. Each manhole shall have a minimum of 6 inches of grade adjustment. Pre -cast adjustment rings shall not be used in such a way that the height of combined rings is greater than eighteen (12) inches. C. Seal between adjustment rings with approved sealant material. D. Set cast iron frame on adjustment ring in a bed of approved sealant. E. Sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of '/z inch thick and 3/a inch wide. 3.7 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities. B. Place and compact backfill material in the area of excavation around the pipe up to the top of the storm sewer pipe. C. Provide cement stabilized backfill material, as specified for the storm sewer pipe, from the top of the storm sewer pipe up to an elevation two (2) inches below finish grade. D. Provide trench zone backfill, as specified for the adjacent utilities. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. B. Refer to Section 02533 — Acceptance Testing for Pipe Storm Sewers. Perform the vacuum test after backfilling in accordance with requirements in Section 02317 — Excavation and Backfill for Utilities. 3.9 PROTECTION A. Protect manholes from drainage until work has been finally accepted. B. Protect manholes from damage until work has been finally accepted. Repair damage to manholes at no additional cost to Owner. END OF SECTION Pre -cast Concrete Manholes 02082-5 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART1 GENERAL 1.1 SUMMARY A. This section of the specification covers gray iron castings for use as manhole frames and lids, gratings, and rings. A. Section Includes: (1) References (2) Submittals (3) General Castings (4) Manholes Frames and Covers (5) Installation 1.2 REFERENCES A. AASHTO — American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 — Specification for Gray Iron Castings C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement D. AWS D 12.1 — Welding Reinforcing Steel * Where reference is made to one of the above standards, the latest revision shall apply. 1.3 SUBMITTALS A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. (1) Include plans, elevations, sections, and connection details. (2) Show anchorage and accessory items. (3) Include setting drawings for location and installation of castings and anchorage devices. PART 2 PRODUCTS 1.4 GENERAL CASTINGS A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Provide locking covers if indicated on Drawings. D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Frames, Grates, Rings, and Covers 02084-1 F. Cast dimensions may vary by +/- 1 / 16 inch per foot. G. Weight shall not vary from published weight by more than +/- 5 percent. H. Castings shall be clean, free from blowholes and other surface imperfections. I. Cast holes in covers shall be clean and symmetrical, free of plugs. 1.5 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 30 inches. B. Frame and cover shall have a weight of not less than 275 pounds. C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent water leaking through. D. Cover shall include lettering: "City of Lubbock, Texas — Storm Sewer". PART 3 EXECUTION 1.6 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. C. Keep castings plumb, level, true, and free of rack. D. Measure location accurately from established lines and grades. E. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION Frames, Grates, Rings, and Covers 02084-2 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, concrete sidewalks and miscellaneous. 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 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. Removing Existing Pavements 02221-1 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. I. 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. I Biel 1XII �.19[91111 Y [$010 Removing Existing Pavements 02221-2 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 storm sewer 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, prior to beginning dewatering operations, that might be misconstrued as damage caused by dewatering operations. (5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. (6) Note locations and capping depth of wells and well points. B. Field Test Reports: (1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes is maintained, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Dewatering 02240-1 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, from ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. Dewatering 02240-2 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. 1. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. L. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. 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 Dewatering 02240-3 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 as backfill from the top ofproposed storm sewer line up to 2 inches below grade and for plugging the existing 24-inch diameter storm sewer line. 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 followinggoverning 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 of concrete 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 is the responsibility ofthe Contractor to achieve and maintainthe quality ofmaterial required by this specification. However, the Owner may secure the services ofan independent testing laboratory to verify the qualityofthe material. The Owner shall have the right to require additional testing, strengthening, or replacement ofconcrete thathas failedto meetthe minimum requirements ofthis section. Controlled Low Strength Material — Flowable Fill 02257-1 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 applyto this section as ifwritten herein intheir entirety. 1. American Societyfor 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 all will 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 color darker than the standard color when tested 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. Controlled Low Strength Material — Flowable Fill 02257-2 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 a uniform 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 ofuniformity. 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 area without spading or vibrating, and without 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 inany areato permit inspection ofthe area andto prepare forpouring. B. Conduct the operation of depositing and compacting the material so as to form a compact, dense, impervious mass. C. Flowable fill shall be placed from the top of storm sewer line and shall be brought up uniformly up to 2-inches below grade. Flowable fill shall be protected from traffic for a period of72hours. 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 be taken to prevent pipe flotation. Material shallbeallowedto harden beforeplacing next lift. END OF SECTION Controlled Low Strength Material — Flowable Fill 02257-3 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Excavation Support and Protection 02260-1 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. 1.5 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. 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 Excavation Support and Protection 02260-2 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. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. C. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. END OF SECTION Excavation Support and Protection 02260-3 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART1 GENERAL 1.1 SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: (1) Definitions (2) References (3) Scheduling (4) Submittals (5) Tests (6) Equipment (7) Material Classifications (8) Accessories (9) Installation (10) Preparation (11) Protection (12) Excavation (13) Handling Excavation Materials (14) Trench Foundation (15) Ground Water Control (16) Pipe Embedment, Placement and Compaction (17) Trench Zone Backfill, Placement and Compaction (18) Field Quality Control (19) Disposal of Excess Material 1.2 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. Excavation and Backfill for Utilities 02317-1 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. 1. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by Excavation and Backfill for Utilities 02317-2 cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3 REFENCES A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.5 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: (1) Sequence of work and coordination of activities. (2) Selected trench widths and dimensions of excavations. (3) Procedures for foundation and embedment placement, and compaction. (4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of storm sewer pipe as installed, referenced to survey control points. (1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. (2) Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. Excavation and Backfill for Utilities 02317-3 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 one -foot compacted layer, as a minimum. C. Failing tests will be charged to the Contractor, which shall include pro-rata technician time, mileage and expeses. 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 level with the top of storm sewer pipe and a minimum cover of twelve (12) inches is obtained over utility, 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. (4) Blue — Water systems. (5) Green — Sewer systems. B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans. PART 3 EXECUTION 3.1 INSTALLATION A. Install flexible storm sewer pipe to conform to the trench details shown in the drawings. B. Install rigid storm sewer pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION Excavation and Backfill for Utilities 02317-4 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. Install and operate necessary dewatering and surface water control measure to conform with Section 02240 — Dewatering. H. 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. All crossing water and sewer lines must be cut and replaced and service restored as soon as possible to minimize inconvenience to the public. D. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. E. Take measures to minimize erosion of trenches and excavations. F. Do not allow water to pond in trenches or excavations. G. 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. H. 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. I. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. J. The Contractor is responsible for notifying all existing utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. K. Coordinate vertical separation requirements with utility owners and any other special construction considerations. L. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. M. 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. Excavation and Backfill for Utilities 02317-5 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. 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. Excavation and Backfill for Utilities 02317-6 (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 3.1 LB 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 to achieve stable trench conditions and satisfactory compaction of foundation or bedding material. The bottom of the storm sewer pipe will rest on the bottom of the trench over the entire length of the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 GROUND WATER CONTROL A. Should ground water become an issue, refer to Section 02240 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. Excavation and Backfill for Utilities 02317-7 H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. 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. Remove sand bags or the means used to hold small -diameter pipe in place prior to backfilling where these items are located. M. 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. N. Compact each lift before proceeding with placement of the next lift. O. Water tamping and water jetting are not allowed. P. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material placed above the top of storm sewer pipe and under haunches if applicable. Q. Use a minimum two-inch diameter vibrator, vibrate flowable fill continuously along entire length of conduit leaving no unconsolidated lengths or areas. R. 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 storm sewer 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. Maximum unrepaired pavement surface shall be limited to 300 feet unless otherwise approved by Engineer. E. 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. F. Place trench zone backfill in lifts and compact by methods selected by the Contractor. G. Fully compact each lift before placement of the next lift. H. Cement Stabilized Backfill/Lean Concrete Backfill: (1) Place in depths as shown on plans. (2) Use vibratory equipment to ensure placement from top of storm sewer to 2-inches below final grade. Use vibratory equipment to ensure placement under the haunches of the pipe if applicable. (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. Excavation and Backfill for Utilities 02317-8 (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. I. Bedding Material: (1) Sand bedding shall be loosely placed in trench as shown on the Drawings. J. 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. K. 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. L. 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. (5) Bedding Material (a) Sand bedding shall be loosely placed in trench as shown on drawings. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. Excavation and Backfill for Utilities 02317-9 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. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. J. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 —Waste Material Disposal. END OF SECTION Excavation and Backfill for Utilities 02317-10 SECTION 02320 UTILITY BACKFILL MATERIALS PART 1 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 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils. Utility Backfill Materials 02320-1 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 material, unstable material, non -soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting. (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. D. Gravel Embedment (1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. (2) Provide gravel embedment that meets the following gradation requirements: Utility Backfill Materials 02320-2 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. 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 in unpaved areas. Utility Backfill Materials 02320-3 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. Contractor shall furnish the material from locations in the off -site source as concurred by Engineer. 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 Utility Backfill Materials 02320-4 SECTION 02445 0 S I [1VX1 11113►[Kmilk"[!' 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. 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. E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent utility work and construction schedules of other government agencies, however, Contractor's coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4 SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process. B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. Boring and Encasing 02445-1 1.5 STANDARDS A. All work shall be accomplished in accordance with the following standards: (1) AWWA C-206 "Field Welding of Steel Water Pipe" (2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" (3) AASHTO M-190 `Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" (4) AASHTO Standard Specifications for Highway Bridges, 1993. (5) ASTM A-36 "Carbon Structural Steel" (6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" (7) ASTM A-135 `Electric — Resistance — Welded Steel Pipe" (8) ASTM A-139 `Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over) (9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware" (10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength" (11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" (12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" (13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" (14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations of Relative Density" B. Additional standards contained in the City of Lubbock Public Works Engineering Design Standards and Specifications handbook also apply. 1.6 QUALITY ASSURANCE A. Installer's Qualifications (1) Installers shall be competent and experienced in boring work of equal scope. (2) Installers shall provide proof of successful, related work experience with references. B. Job Conditions (1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner's representative. (2) Excavated material shall be kept off of roads and railroad tracks at all times. (3) No blasting is allowed at any time. (4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify location and elevation of all pipelines, power lines and communication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. 1.7 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. B. Schedule the Work to accommodate this requirement. Boring and Encasing 02445-2 PART PRODUCTS 2.1 STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casing 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 according to the plans with steel casing to clear the bell and not center the line vertically within the casing. B. Approved casing spacers include: (1) Advance Products (2) BMW (3) Cascade (4) CCI Pipeline (5) Culpico (6) PSI C. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3 JOINT RESTRAINT A. Uncased pipe bores are permitted with Engineer's approval. B. Approved joint restraint devices which prevent over -insertion: (1) EBAA Mega -Stop (for push direction only) (2) CertainTeed Certa-Lok (3) Other over -insertion protection devices must be submitted prior to approval. C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. D. All uncased bore methods require Contractor to submit joint restraint manufacturer's literature for Engineer's approval. PART 3 EXECUTION A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be permitted. Jetting shall be prohibited. C. All bores under existing paving will be subject to the following precautions: (1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path. (2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring techniques shall be subject to the approval of the Engineer on a case -by -case basis. Boring and Encasing 02445-3 (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. 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. E. The bore must be at or near the specified grade that is indicated on the plans. A tolerance of 0.02% grade either positive or negative will be allowed. F. Contractor is responsible for removing all excavated material. G. Contractor shall be responsible for trench safety and all traffic control requirements. H. After installing the water pipe in the encasement the ends of the encasement must be sealed to prevent soil creep into the pipe. 3.2 PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing. B. Contractor shall use approved spacers as specified to install pipe in casing. 3.3 OPEN TRENCH ENCASEMENT A. The water distribution pipe shall be installed in the same manner as the encased bores. The cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as per manufacture recommendation. B. The ends of the encasement shall be sealed after the carrier pipe is installed. END OF SECTION Boring and Encasing 02445-4 SECTION 02530 SANITARY SEWER PIPE PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers sanitary sewer pipe that are to be installed at storm sewer line crossing, as shown on drawings through the open cut method. The term sanitary sewer pipe as used herein shall include all piping, fittings, and accessories as shown on the plans and/or as specified herein. B. Section Includes: (1) Definitions (2) Submittals (3) Delivery, Storage, and Handling (4) Project Conditions (5) Manufacturers (6) Piping Materials (7) Non -pressure Type Pipe Couplings (8) Manholes (9) Concrete (10) Earthwork (11) Piping Installation (12) Sewer Line Crossing Water Line (13) Pipe Joint Construction (14) Manhole Installation (15) Concrete Placement (16) Closing Abandoned Sanitary Sewer Systems (17) Identification (18) Field Quality Control (19) Cleaning 1.2 DEFINITIONS A. PVC — Polyvinyl chloride plastic. 1.3 SUBMITTALS A. Submittals, in accordance with Section 01300 — Submittals, are required from the Contractor for the following materials and products: (1) Sanitary sewer pipe and fittings, ASTM D 3034 and ASTM F 679. (2) Laboratory analysis of rock embedment including sieve analysis. (3) Trench safety system. (4) Membrane curing compound. (5) Manhole Vacuum Test or Leakage Test Procedure or Method. Sanitary Sewer Piping 02530-1 (6) Submittals shall be reviewed and approved by the Engineer prior to the incorporation of any materials and products into the project. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect pipe, pipe fittings, and seals from dirt and damage. 1.5 PROJECT CONDITIONS A. Do not interrupt service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: (1) Notify the Engineer no fewer than five (5) days in advance of proposed interruption of service. (2) Do not proceed with interruption of service without the Engineer's written permission. B. The Contractor shall prepare a proposal to maintain sewer flow during construction of the new line. PART 2 PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. C. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPE MATERIALS A. Acceptable materials (1) PVC Sewer Pipe (Type PSM, SDR 35 or SDR 26) (2) Components shall conform to ASTM D 1784 (3) Materials shall conform to ASTM D 3034 (4) Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034 and F 679. (5) Shall be installed according to ASTM D 2321. B. Each joint of pipe shall be marked with the following information: (1) Manufacturer's name. (2) Nominal pipe size. (3) PVC cell classification. (4) SDR. (5) ASTM D 3034 or F 679. 2.3 NON -PRESSURE TYPE PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground non -pressure piping. Include ends of same sizes as piping to be joined and corrosion -resistant -metal tension band and tightening mechanism on each end. B. Sleeve Materials: Sanitary Sewer Piping 02530-2 (1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. (2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 2.4 MANHOLES A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete Manholes, with provision for sealantjoints. B. Diameter — forty-eight (48) inches, unless otherwise indicated. C. Base Section — six (6) inch minimum thickness for floor slab and four (4) inch minimum thickness for walls and base riser section, and having separate base slab or base section with integral floor. D. Rise Sections — four (4) inch minimum thickness, and of length to provide depth indicated. E. Top Section — Eccentric or Concentric cone top as indicated on the Drawings. F. Joint Sealant — ASTM C 990, bitumen or butyl rubber. G. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls, for each pipe connection. H. Steps — Omit steps in sanitary sewer manholes. I. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of manhole frame and cover. J. Protective Coating — Refer to Section 02082 — Pre -Cast Concrete Manholes. K. Manhole Frames and Covers — Ferrous, Refer to Section 02084 — Frames, Grates, Rings, and Covers. L. Manhole Cover Insert/Inflow Prevention Device: Manufactured, plastic form, of size to fit between manhole frame and cover and designed to prevent stormwater inflow. Include handle for removal and gasket for gastight sealing. (1) Manufacturers: (a) FRW Industries: a Syneco Systems, Inc. Company (b) Knutson Enterprises (c) L.F. Manufacturing, Inc. (d) Parson Environmental Products, Inc. (2) Type: With drainage and vent holes. 2.5 CONCRETE A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI 350R, and the following: (1) Cement: ASTM C 150, Type II. (2) Fine Aggregate: ASTM C 33, sand. (3) Coarse Aggregate: ASTM C 33, crushed gravel. (4) Water: Potable. (5) Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum water/cementitious materials ratio. (6) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (7) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. Sanitary Sewer Piping 02530-3 B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include channels and benches in manholes. C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. D. Invert Slope: two (2) percent through manhole E. Benches: Concrete, sloped to drain into channel. F. Slope: four (4) percent G. Ballast and Pipe Supports: (1) Portland cement design mix, 3000 psi minimum, with 0.58 maximum water/cementitious materials ratio. (2) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (3) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 2.6 MISCELLANEOUS MATERIALS A. Paint: SSPC — Paint 16. B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent, imperious material. PART 3 EXECUTION 3.1 EARTHWORK A. Excavating, trenching, and backfilling are specified in Division 2 Section 02317 — Excavation and Backfill for Utilities. 3.2 PIPE INSTALLATION A. General Locations and Arrangements: (1) Drawing plans and details indicate general location and arrangement of storm sewer line and sanitary sewer pipe crossing. (2) Location and arrangement of piping layout take design considerations into account. (3) Install piping as indicated, to extent practical. Excavate trench only as necessary to install the pipe. (4) Where specific installation is not indicated, follow piping manufacturer's written instructions. (5) Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. (6) Place bell ends of piping facing upstream. (7) Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements. B. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the Contractor elects, approved pipe may be installed by tunneling or boring. C. Clear interior of piping and manholes of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. D. Sanitary sewer line crossing replacement shall be done and completed in one day. If sanitary sewer line crossing cannot be done in one day Contractor to provide bypass pumping at Contractor's cost. Sanitary Sewer Piping 02530-4 E. Connections between new work and existing pipe shall be made using fittings suitable for the conditions encountered. Each connection to existing pipe shall be made at a time under conditions which will least interfere with service to customers, as authorized by Engineer. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavation without damage to adjacent property. 3.3 SEWER LINE CROSSING WATER LINE A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in cement -stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches beyond the joint on each end as shown on the drawings. 3.4 PIPE JOINT CONSTRUCTION A. Join gravity -flow, non -pressure, drainage piping according to the following: (1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric- seal joints or ASTM D 3034 for elastomeric-gasket joints. 3.5 MANHOLE INSTALLATION A. Install manholes complete with appurtenances and accessories indicated. B. Install pre -cast concrete manhole sections with sealants according to ASTM C 891. C. Install PE sheeting on earth where cast -in -place concrete manholes are to be built. D. Form continuous concrete channels and benches between inlets and outlet. E. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise indicated. F. Install manhole cover inserts in frame and immediately below cover. 3.6 CONCRETE PLACEMENT A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place Concrete. 3.7 IDENTIFICATION A. Materials and their installation are specified in Division 2 Section — Earthwork. B. Arrange for installation of green warning tapes directly over piping and at outside edges of underground manholes. C. Use detectable warning tape over nonferrous piping and over edges of underground manholes. 3.8 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. B. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. C. Submit separate report for each system inspection. D. Defects requiring correction include the following: (1) Alignment: Less than full diameter of inside of pipe is visible between structures. (2) Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor. (3) Crushed, broken, cracked, or otherwise damaged piping. (4) Infiltration: Water leakage into pipe. Sanitary Sewer Piping 02530-5 (5) Exfiltration: Water leakage from or around piping. E. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. F. Re -inspect and repeat procedure until results are satisfactory. G. Test new piping systems and manholes in accordance with Section 02533 — Acceptance Testing for Sewers. H. Do not enclose, cover, or put into service before inspection and approval. I. Test completed piping systems according to requirements of authorities having jurisdiction. J. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice. K. Submit separate report for each test. L. Manholes: Perform hydraulic test according to ASTM C 969. M. Leaks and loss in test pressure constitute defects that must be repaired. N. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.9 CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Sanitary Sewer Piping 02530-6 SECTION 02606 POLYMER CONCRETE MANHOLES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polymer Concrete Manholes B. Related Specification Sections include, but are not necessarily limited to: 1. Division 1 — General Requirements 2. Section 02530 —Sanitary Sewer Piping 3. Section 02317 —Excavation and Backfill for Utilities 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 D 6783 Standard specification for polymer concretepipe 3. ASTM C 890 Standard practice for minimum structural design loading precast water and wastewater structures 4. ASTM C 478 Standard specification for precast reinforced concrete manhole sections 5. ASTM C 990 Standard specification for joints for concrete pipe and manholes using flexible joint sealant 6. ASTM C 923 Standard specification for resilient connectors between reinforced concrete manholes structures, pipes, and laterals 7. ASTM C 33 Standard specification for concrete aggregates 8. ASTM C 497 Standard test methods for concrete pipe, manhole sections, or tile 9. AASHTO LRFD Bridge Design Specifications 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 0 1300. B. All submittals shall be approved by the Engineer or the City prior to delivery. POLYMER CONCRETE MANHOLES 02606 - 1 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data I . Design and fabrication details of Polymer Concrete Manhole components 2. Submit shop drawings for each manhole. Drawings shall include manhole number, location, rim and invert elevations, dimensions, reinforcing details, joint details, and component parts. 3. Submit calculations signed by a Professional Engineer demonstrating the manhole meets the design criteria established in this section. 4. Installation instructions for Polymer Concrete Manholes 5. Drop connection materials 6. Pipe connections at manhole walls 7. Materials for stubs and stub plugs, if applicable 8. Grade ring materials 9. External coating materials 10. Plugs for hydrostatic testing 1.5 WARRANTY A. Manufacturer's Warranty shall be a minimum of (5) year. PART 2 - PRODUCTS 2.1 MATERIALS (per ASTM D 6783) A. Resin: The manufacturer shall use only polyester or vinyl ester resin systems designed for use with this particular application. Resin content shall be a minimum of 7% by weight. B. Filler: All aggregate, sand and quartz powder shall meet the requirements of ASTM C 33, where applicable. C. Additives: Resin additives, such as curing agents, pigments, dyes, fillers and thixotropic agents, when used, shall not be detrimental to the manhole. D. Elastomeric Gaskets: Gaskets shall be suitable for the service intended. All gaskets shall meet the requirement of ASTM C 443. Joint sealant, if used, shall meet the requirements of ASTM C 990. 2.2 MANUFACTURING AND PRODUCT CONSTRUCTION A. Manholes: Manhole components shall be manufactured by the vibratory vertical casting process resulting in a dense, non -porous, corrosion -resistant, homogeneous, composite structure. Manhole component designs may be as non -reinforced members or reinforced members as recommended by the POLYMER CONCRETE MANHOLES 02606 - 2 manufacturer. Steel reinforcement is not required for circumferential reinforcement, joint reinforcement, base slab reinforcement or hoop reinforcement, but may be placed for the purpose of product handling. B. Joints: The manhole components shall be connected with an elastomeric sealing gasket as the sole means to maintain joint water -tightness. Joints at pipe tie-ins shall use resilient flexible pipe to manhole connectors per ASTM C 923. In cases where ASTM C 923 connectors cannot be used, the pipe shall be grouted into the manhole wall using a corrosion resistant grout and rubber water stop grout ring. C. Fittings: Cones, reducer slabs, base slabs and adjusting rings shall be of the same material as adjoining riser sections. Fittings shall be manufactured elastomeric gaskets. D. Invert Channels: Invert channels shall be precast with polymer concrete. E. Acceptable manufacturer: Manufacturer of manholes shall employ manufacturing methods and material formulation in use for a minimum of 5 years. Manufacturer of manholes shall have been actively producing manholes under current name for a minimum of 5 years with no more than one year between manhole proj ects. References demonstrating this requirement shall be submitted for review. Polymer concrete manholes shall conform to the structural intent of ASTM C — 478 (latest version) with allowable compositional and sizing differences required by a polymer product. 2.3 MANUFACTURER A. Polymer concrete manholes shall be manufactured by U.S. Composite Pipe, Inc., Geneva Polymer Products, or approved equal. 2.4 DESIGN A. Manholes shall be designed to withstand all live loads and dead loads as described in project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic loading conditions. Manhole shop drawings shall be sealed by a licensed Professional Engineer. B. Manholes wall thickness shall be designed to resist hydrostatic pressures with a minimum safety factor of 2.0 for full depth conditions from grade to invert. In no cases shall the wall thickness be less than 3 inches. C. Manholes shall be designed with sufficient bottom anchorage and side friction to resist buoyancy. Field cast floatation collars are acceptable. D. The manhole shall be manufactured in one class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). 2.5 TESTING A. Manholes: Manholes shall be manufactured in accordance with ASTM C 478 B. Joints: Joints shall meet the requirements of ASTM C 990. C. Compressive strength: Polymer concrete shall have a minimum unconfined POLYMER CONCRETE MANHOLES 02606 - 3 compressive strength of 9,000 psi when measured in accordance with ASTM C 497. D. Manhole Leakage: Manhole shall be tested in accordance with ASTM C 1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. 2.6 CUSTOMER INSPECTION A. The Owner or other designated representative shall be entitled to inspect manholes and witness the manufacturing process. 2.7 HANDLING AND SHIPPING A. Handling and shipping shall be performed in accordance with the Manufacturer's instructions. PART 3 - EXECUTION 3.1 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 INSTALLATION A. Installation: The installation of manholes shall be in accordance with the project plans and specifications and the manufacturer's recommendedpractices. B. Handling: Properly rated slings and spreader bar shall be used for lifting. The type of rigging used shall be per the manufacturer's recommendation. C. Jointing: 1. Sealing surfaces and joint components shall be inspected for damage and cleaned of all debris. 2. Apply joint lubricant to elastomeric seals. Use only lubricants approved by the manufacturer. 3. Use suitable equipment handle and set manholes. 4. Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on the manhole. D. Final Rim Elevation 1. Install grade rings or approved equal as need forheight adjustment. 2. Use sealant between rings as shown on Drawings. 3. Set frame on top of manhole or grade rings using continuous water sealant. 4. Remove debris, stones and dirt to ensure a watertight seal. 5. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. POLYMER CONCRETE MANHOLES 02606 - 4 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform testing in accordance with Specification02730. END OF SECTION 02606 POLYMER CONCRETE MANHOLES 02606 - 5 SECTION 02607 FIBERGLASS MANHOLES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes B. Related Specification Sections include, but are not necessarily limited to: 1. Division 1 — General Requirements 2. Section 03300 — Cast -in -Place Concrete 3. Section 02530 — Sanitary Sewer Piping 4. Section 02317 — Excavation and Backfill for Utilities 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. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. ASTM A615 — Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. e. ASTM C478 — Standard Specification for Precast Reinforced Concrete Manhole Sections. f. ASTM C923 — Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g. ASTM C 1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Non -Shrink). h. ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i. ASTM C 1628 - Standard Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600kN- m/m3)). k. ASTM D2996 — Standard Specification for Filament- WoundFiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. FIBERGLASS MANHOLES 02607 - 1 1. ASTM D2997 — Standard Specification for Centrifugally -Cast Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. m. ASTM D3753 — Standard Specification for Glass -Fiber - Reinforced Polyester Manholes and Wetwells. n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o. ASTM D4259 — Standard Practice for Abrading Concrete. 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Design and fabrication details of Fiberglass Manhole components 2. Installation instructions for Fiberglass Manholes 3. Drop connection materials 4. Pipe connections at manhole walls 5. Materials for stubs and stub plugs, if applicable 6. Grade ring materials 7. External coating materials 8. Plugs for hydrostatic testing 1.5 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions, and details shown in the Drawings. b. Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, provide 48 and 60-inch diameter barrel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete FIBERGLASS MANHOLES 02607 - 2 grade rings and cast iron frame and cover. 1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Lifting Devices a. Manhole bases may be furnished with lift lugs or lift holes. b. If lift lugs are provided, place 180 degrees apart. c. If lift holes are provided, place 180 degrees apart and grout during manhole installation. 3. Pipe Connections a. Conform to ASTM C923 or ASTM C1628. PART 3 - EXECUTION 3.1 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.2 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.3 INSTALLATION A. General 1. Manhole a. Construct manhole to dimensions shown on Drawings. b. Lower manhole barrel onto base section. c. Seal with manufacturer's gasket or approved sealant. d. Wrap joint with external sealing material a minimum of 12 inches in width. e. Where cast -in -place base is used, support manhole barrel in place and brace it from sides of excavation to prevent any movement of barrel during concrete placement and while concrete is setting. 1) Provide minimum clearance between reinforcing steel and manhole barrel bottom as shown on Drawings. 2) Do not support manhole barrel on reinforcing steel. 3) Place bead of water swelling sealant around inside of barrel near bottom, as shown on Drawings, to form seal. 2. Pipe connections at Manhole a. Construct pipe stubs for future connections at locations and with materials indicated on Drawings. 1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the end of the stub. FIBERGLASS MANHOLES 02607 - 3 b. Cut manhole barrel for pipe penetrations following curvature of pipe and with maximum of 1-inch clearance. 1) Seal cut edges with resin. 2) Hole may be circular or cutout with semi -circular top, which extends to bottom of barrel. c. Place continuous bead of water swelling sealant, as shown onDrawings, around pipe penetrations on interior of manhole barrel. 1) Roughen surface of fiberglass prior to placement to improve bond with sealant. 2) Allow sealant to completely cure before placing concrete against it. 3) Test connections for watertight seal before backfilling. 3. Invert a. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. 1) Provide curves for side inlets. 4. Drop Manhole Connection a. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. b. At drop pipe connections through fiberglass barrel, cut circular hole sized to requirements of manufactured connector. 1) Seal cut edge with resin. 2) Install watertight connector according to manufacturer's recommendations. 5. Final Rim Elevation a. Install concrete grade rings for height adjustment. 1) Construct grade ring on load bearing shoulder of manhole. 2) Use sealant between rings as shown on Drawings. b. Set frame on top of manhole or grade rings using continuous water sealant. c. Remove debris, stones and dirt to ensure a watertight seal. d. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform testing in accordance with Section 02530. END OF SECTION 02605 FIBERGLASS MANHOLES 02607 - 4 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 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating a. Material data b. Field touch-up procedures STEEL CASING PIPE 02611- 1 B. Shop Drawings 1. No shop drawings required for Auger Boring For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading 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: STEEL CASING PIPE 02611- 2 Casing Pipe Diameter (inches) Minimum Wall Thickness (inches) 36 0.56 Minimum 3. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in these specifications. 4. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 5. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 6. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances thatare compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 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 f 2%2 degrees and with a width of root face 1/16 inch f 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. STEEL CASING PIPE 02611- 3 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. STEEL CASING PIPE 02611- 4 SECTION 02660 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWER PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer applications B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02317 — Utility Trench Excavation, Embedment and Backfill 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives and Coating Materials. b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Sewer Pipe. c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. d. D4161, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured) 3. Nominal Diameter FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 1 4. Beam load 5. Laying lengths 6. ASTM designation B. Shop Drawings 1. Pipe details 2. Joint details 3. Miscellaneous items to be furnished and fabricated for the pipe 4. Dimensions 5. Tolerances 6. Wall thickness 7. Properties and strengths 8. Pipe calculations a. Calculations confirming the pipe will handle anticipated loading signed and sealed by a Licensed Professional Engineer in Texas C. Certificates 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Section and has been tested and meets the requirements ofASTM D3262. 1.5 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with this specification and ASTM D3262. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. Only the pipe and fittings that will be installed during a single work day will be allowed to be stored within the barricaded work area. FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 2 PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Performance / Design Criteria Pipe a. Design in accordance with ASTM D3262 b. Design pipe for service loads that include: 1) External groundwater and earth loads 2) Jacking/pushing loads a) The allowable jacking/pushing capacity shall not exceed 40 percent of the ultimate compressive strength or the maximum allowable compressive strength recommended by the manufacturer, whichever is less. 3) Traffic loads 4) Practical considerations for handling, shipping and other construction operations c. Design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. d. Standard lay length of 20 feet, except for special fittings or closure pieces necessary to comply with the Drawings. e. Stiffness class that satisfies design requirements or as stated on the Drawings, but not less than 46 psi when used in direct bury operations measured up to 25- feet to flow line or 72 psi when used in direct bury operations measured greater than 25-feet to flow line. £ Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. g. In no case shall pipe be installed deeper than its design allows. h. Identification markings on each joint of pipe as follows: 1) Nominal pipe diameter 2) Beam Load 3) Company, plant and date of manufacture 4) ASTM designation Dimensional Tolerances a. Inside diameter 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. b. Roundness 1) The difference between the major and minor outside diameters shall not exceed 0.1 percent of the nominal outside or inch, whichever is less. c. Wall thickness 1) Provide minimum single point thickness no less than 98 percent of stated design thickness. d. End Squareness 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. e. Fittings 1) Provide tolerance of angle of elbow and angle between main and leg of Wye or tee to f2 degrees. 2) Provide tolerance of laying length of fitting to f2 inches. FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 3 B. Materials 1. Resin Systems a. Only use polyester resin system with proven history of performance in this particular application. 2. Glass Reinforcements a. Use reinforcing glass fibers of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnated resins to manufacture components. 3. Fillers a. Silica sand or other suitable materials may be used. b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 4. Additives a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. 5. Internal liner resin a. Suitable for service as sewer pipe b. Highly resistant to exposure to sulfuric acid c. Produced by biological activity from hydrogen sulfide gases d. Meet or exceed requirements of ASTM D3681 6. Gaskets a. Supply from approved gasket manufacturer in accordance with ASTM F477 and suitable for service intended. b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. c. Provide the following gaskets in potentially contaminated areas. 1) Petroleum (diesel, gasoline) — Viton 2) Other contaminants — Manufacturer recommendation 7. Couplings a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as sole means to maintain joint water tightness. 8. Joints a. Joints must meet requirements of ASTM D4161. 9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum pipe markings shall be as follows: a. Manufacturer b. Manufacturer Number (identifies factory, location, date manufactured, shift and sequence) c. Nominal diameter d. Beam load e. Laying length f. ASTM designation 10. Connections a. Use only manufactured fittings. FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 4 PART 3 - EXECUTION 3.1 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in Section 02225 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 02225. 4. Embed pipe in accordance with Section 02225. 5. For installation of carrier pipe within casing, see Section 02349. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketedbell end to the reference mark. c. Install such that identification marking on each joint are orientedupward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. 3.2 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Provide a CCTV inspection. 2. Air Test and Deflection (Mandrel) Test a. Perform test in accordance with Section 02730. END OF SECTION FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 02660 - 5 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 Water Piping, Valves, and Fittings 02665-1 (33) Pipe Identifiers (34) Cleanup 1.2 MATERIAL SCHEDULE A. All potable water supply lines shall be AWWA C 900, DR 18 PVC pipe. B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C 111 — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines Water Piping, Valves, and Fittings 02665-2 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. ANSUAWWA 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 Piping, Valves, and Fittings 02665-3 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 psi. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. (2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. (3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. (a) The width of the diaper shall be nine inches. (b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. Water Piping, Valves, and Fittings 02665-4 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 15 3 110. 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 C111. B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard Cl 11. 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. 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. Water Piping, Valves, and Fittings 02665-5 H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 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. (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. Water Piping, Valves, and Fittings 02665-6 D. FIRE HYDRANTS (1) Hydrants shall meet the City of Lubbock Design Standards and Specifications (2) Hydrants shall meet AWWA C-502 (3) Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. (4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. (5) The hydrant shall be for a 6-inch main. 2.10 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. B. The polyethylene material shall have a minimum thickness of eight (8) mils. C. The wrap shall be secured by two (2) inch duct tape. 2.11 JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.12 CONCRETE A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. Water Piping, Valves, and Fittings 02665-7 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. 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. Water Piping, Valves, and Fittings 02665-8 E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: (1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. (2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. (3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. (4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. (5) The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. (6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. (7) All nuts shall be tightened with a suitable torque limiting wrench. (8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Pre -molded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. C. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Water Piping, Valves, and Fittings 02665-9 B. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. F. Valve Boxes: (1) Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. (2) All valve boxes under pavement shall be adjusted to finished pavement grades. G. Fire Hydrants: (1) Fire hydrants shall be located at the points shown on the Drawings. (2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. (3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. (4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. (5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. (6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. (7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. (8) Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. (9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING AND BACKFILLING. A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. 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. Water Piping, Valves, and Fittings 02665-10 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 300 feet intervals according to ASTM designation D-698. (d) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (e) Copies of these tests shall be provided to the Owners Representative. (3) The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. B. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. C. Testing procedure shall be as follows: (1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. (2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. D. Allowable Leakage —The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): E. PVC: Ductile Iron: (1) L = ND P '/z L = SDP '/z 7,400 133,200 where: L = allowable leakage in gallons per hour N = number of joints in length of pipe tested S = length of pipe D = nominal diameter of the pipe in inches P = average of the maximum and minimum pressures within the test section in psi Water Piping, Valves, and Fittings 02665-11 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 PIPELINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, TCEQ rules, City of Lubbock Standards and Specifications and include the placement of hypochlorite granules in the pipe during construction. C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. D. Quality Assurance: (1) Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. (2) The City of Lubbock laboratory will be used for bacteriological testing. E. Chemicals: (1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not acceptable. (2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. (3) The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. F. Temporary Facilities: (1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. (2) Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. (3) No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. G. Final Flushing: (1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. (2) Flush water in a location and manner approved by the Engineer. (3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. H. Sampling and Analysis: (1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. (2) The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. (3) Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. I. Acceptance: Water Piping, Valves, and Fittings 02665-12 (1) Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. B. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. C. The boring shall proceed from a pit provided for the boring equipment and workers. D. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. E. Boring without the concurrent installation of the casing pipe will not be permitted. F. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. G. Jetting will not be permitted. H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. I. All casing pipe joints shall be welded. J. Care shall be taken to keep the pipe sleeve on the proper line and grade. K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.17 PIPE IDENTIFIERS A. Marking Tape: (1) All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. (2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. (3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. (4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. B. Locator Wire: (1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper with 30 mil HDPE thermoplastic insulation directly above piping. 3.18 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Water Piping, Valves, and Fittings 02665-13 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 Piping, Valves, and Fittings 02665-14 SECTION 02730 SANITARY SEWER LINE CONSTRUCTION PART1 GENERAL 1.1 SECTION INCLUDES A. Polyvinyl Chloride (PVC) pipe and fittings. B. Miscellaneous small piping. 1.2 RELATED SECTIONS A. Section 02223 — Backfilling. B. Section 03300 — Cast -in -Place Concrete. C. Section 03410 —Precast Concrete. 1.3 REFERENCE A. AWWA C151 — Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -lined Molds, for Water or Other Liquid. B. AWWA C150 — Thickness Design of Ductile Iron Pipe. C. ANSI B 16.1 —Cast Iron Pipe Flanges and Flanged Fittings. D. ASTM D3033 — Type PSP Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings. E. ASTM D3034 — Type PSMPoly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings. F. ASTM D1784 — Rigid Poly (Vinyl Chloride). G. ASTM D2241 — Poly(Vinyl Chloride)(PVC) Pressure Rated Pipe (SDR Series). H. ASTM A53 — Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless. I. AWWA C110 — Ductile -Iron and Gray Iron Fittings, 3-inch through 48-inch, for Water and Other Liquid. J. AWWA C606 — Standard for Grooved and Shouldered Joint. K. ASTM A276 — Specification for Stainless and Heat -Resisting Steel Bars and Shapes. L. ASTM D1557 —Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures using 10-lb (4.54Kg) Rammer and 18-inch (457 mm) Drop. M. ASTM F679 — Poly (Vinyl Chloride)(PVC) Large -Diameter Plastid Gravity Sewer Pipe and Fittings. 1.1 SUBMITTALS A. Submit under provisions of Section 0 13 00. B. PVC Pipe and Fittings, ASTM D-3034 and F679 as appropriate for pipe diameter furnished. C. Ductile Iron Pipe and Fittings, C151. D. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion tests and soundness test. E. Trench Safety. 1.2 PROJECT RECORD CONDITIONS A. Submit under provisions of Section 01700. Sanitary Sewer Line Construction 02530-1 1.3 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable code for piping and component requirements. 1.5 TRENCH SAFETY A. The Contractor shall be responsible for complying with all federal, state, and local trench safety requirements, and for the safety of trenches and excavations. PART 2 PRODUCTS 2.1 PIPE A. Polyvinyl Chloride (PVC) Pipe: (1) Gravity The sanitary sewer pipeline and fittings shall be approved type pipe and rubber gasket type joints, complying with ASTM Specification as follows: (a) 6-inch PVC Gravity Sewer: ASTM D3034, SDR 35. (b) 8-inch PVC Gravity Sewer: ASTM D3034, SDR 35. (c) 15-inch PVC Gravity Sewer: ASTM D3034, SDR 35. (d) 18-inch PVC Gravity Sewer: ASTM F679, SDR 35 (Cased Only). (e) 18-inch PVC Gravity Sewer: ASTM F679, Heavy Wall Sewer, Cell Class 12454B SDR 26, Minimum Wall Thickness 0.719 inches (Non Cased). Pipe material shall be Cell Class 12454-B PVC resin compound conforming to ASTM D 1784. B. Pipe Fittings Fittings for PVC pipe shall, in general, be bell -and -spigot type and of PVC material meeting ASTM Specification D-3034 and ASTM F679 as appropriate. C. Pipe Joints Push -on joints for PVC sanitary sewer pipe shall meet the requirements of ASTM D3212. Joints between ductile iron pipe and PVC pipe shall be made by using a DFW coupling or equal. f►•�►A 919 3 21011► [�`f.1 A. General (1) Pipe fittings shall be of the type and design especially suitable for use with the type of piping with which they are installed. Fitting shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. All flanged fittings shall be faced and drilled in accordance with ANSI B 16.1 for Class 125 flanges. 2.3 ROCK EMBEDMENT Rock embedment for the pipe is required and shall conform to the following gradation: (ASTM C33, Size No. 67): % by Passing 1-inch sieve 100 Passing 3/4-inch sieve 65-85 Passing 3/8-inch sieve 0-5 Sanitary Sewer Line Construction 02530-2 Passing 5/8-inch sieve 0-45 Passing 7/8-inch sieve 98-100 Passing No. 10 0-2 The rock embedment may be of crushed stone. Crushed stone shall result in a product in which the coarse aggregate shall have at least 85% by weight of particles with one or more fractured faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The coarse aggregate (retained on the 3/8-inch sieve), whether natural rounded gravel or crushed stone, shall not show more than 45% wear when tested in accordance with ASTM C131. The coarse aggregate shall also not show evidence of disintegration nor show total loss greater than 20% when subjected to five cycles of the sodium sulfate soundness test as specified in ASTM C33. 2.4 MANHOLES FRAMS AND COVERS A. Shall be Neenah Model R-1687 or approved equal, with minimum clear opening of 22- inches. B. Shall be cast iron meeting requirements of ASTM A48, AASHTO H2O loading and a minimum weight of 275 pounds. C. The frame shall have a full bearing ring that provides a continuous seal between the ring and cover. D. The ring shall have two diametrically opposed lifting rings cast into them. E. The cover shall have "City of Lubbock, Texas "&" Sanitary Sewer" permanently cast into the cover. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All casting shall be made from superior quality gray cast iron conforming to the requirements of ASTM A48. Drawings of all manholes frames and covers proposed for use shall be submitted to the Engineer for approval before items are shipped. Bolted and gasketed covers shall be furnished at the locations identified on the drawings. 2.5 ACCESSORIES A. Warning Tape (1) Provide tape made of plastic, green, and a minimum of 4-inches wide and have lettering that states there is a buried sewer line below. B. Pipe Joint Materials (1) Furnish all necessary accessories for completing the joining of the pipe. C. Grade Adjusting Rings. (1) Provide adjustment rings made from cast iron, concrete or high density polyethylene (HDPE). (2) Precast concrete grade rings will be steel reinforced and meet or exceed the requirements of ASTM C478. (3) Grade rings made from cast iron will meet or exceed the requirements o ASTM A536. (4) Grade rings made from HDPE will be injection molded and meet or exceed the requirements of ASTM D1248. (5) Grade rings will be designed to support an AASHTO H2O loading. (6) Grade rings will be suitable for use on concrete or fiberglass manholes and have a minimum clear opening of 24-inches. Sanitary Sewer Line Construction 02530-3 D. Manhole Joint Seal Material. (1) Provide asphaltic type joint sealant for all manhole joint. Seal material will be manufactured by Conseal, Sika, Ramnek, or approved equal. (2) Joint material will meet or exceed the requirements of Federal Specification 55-5-210A. It will be suitable for application in ambient temperatures ranging from 30 to 150 degrees F. (3) Provide in strips with widths of 1-inch and rolls in minimum lengths of 14 feet wrapped. E. Infiltration Preventor Inserts. (1) Provide inserts to minimize inflow of runoff into the sanitary sewer system. (2) Inserts will be concave and suitable for mounting snuggly in manhole ring. The insert will have a neoprene seal gasket mounted with pressure sensitive adhesive. (3) Make the insert from high density polyethylene with a minimum thickness of 0.187 inches that meet or exceeds the requirements of ASTM 01248, Class A, Category, Type III with a minimum impact brittleness temperature of minus 180 degrees F. (4) Provide a lifting strap made from woven polypropylene that is attached to the insert with a rivet and backup washer made from stainless steel. (5) Inserts will have a vent hole that will release a maximum of 5 gallons of water pre hour into the sanitary sewer system. The vent will release sewer gas under a 1 psi or less pressure differential. 2.6 PRECAST REINFORCED CONCRETE MANHOLES A. Manholes shall be tongue and groove precast reinforced concrete manholes, constructed in accordance with ASTM C478 of the diameter indicated on the drawings. Concrete manholes shall be provided with and eccentric top cone unless otherwise shown on the drawings. B. Concrete used shall meet a 28-day compressive strength of 4,000 psi. Concrete component shall meet the following ASTM Specifications: (1) Aggregates: ASTM C33 (2) Cement: ASTM C 150 (3) Sampling: ASTM C39 (4) Reinforcement: ASTM C185 (5) Sand & Mortar ASTM C 144 C. Cone section shall be eccentric and have a clear opening of 24-inches. D. Cone section shall have a corrosion inhibitive admixture that meets the following requirements: (1) Shall permeate the entire concrete matrix and molecularly bond to the cement and aggregate. (2) Admixture shall be in liquid form. (3) Dye shall be added to manholes treated with inhibitor. E. Manholes shall be designed to support AASHTO H-20 loading. F. Precast manholes bottom shall be reinforced with steel adequate to support the entire weight of the manhole barrels, cone section, H-20 loading, and water with the manhole being half full. G. Manhole base shall be benched and provide a smooth flow channel. H. Manhole base shall contain the same corrosion inhibitor as required for cone section. I. Manhole bases shall have the following minimum dimensions: Sanitary Sewer Line Construction 02530-4 (1) 48-inch: Thickness 6-inches; outside diameter 70-inches. (2) 60-inch: Thickness 8-inches; outside diameter 84-inches. (3) 72-inch: Thickness 12-inches; outside diameter 96-inches. J. All connections shall be flexible, neoprene rubber boots meeting the requirements of ASTM C923. K. Manholes barrels shall have all interior liner with the following characteristics: (1) Shall be semi -rigid PVC installed at factory per liner manufacture's recommendations (2) Physical properties: (a) Minimum thickness: 0.065-inch. (b) Tensile Strength: 6,500 psi. (c) Flexural strength: 12,000 psi. (d) Interior color: white (3) PVC sheets shall be joined by butyl strip. (4) Shall be formed to provide protection at manhole joints by utilizing a continuous PVC return into the joint of at least 0.50-inch. (5) Liner shall be installed in such a manner to withstand a 100 lb/inch perpendicular pull for minimum of 60 seconds. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints. 2.7 FIBERGLASS MANHOLES A. Shall meet ASTM D3753. B. Shall be constructed of commercial grade unsaturated polyester or vinyl ester resins. Reinforcement shall be commercial grade type E glass fibers. C. UV inhibitor resin shall be applied on the exterior surface of the manhole at a minimum thickness o f0.125 inch. D. Exterior surface shall have manufacturer's name, address and serial number. Also included the total manhole length. E. Base shall be fiberglass equipped with a flanged anchor ring have a minimum of four predrilled holes for securing. F. Base shall be benched and provide a smooth flow channel. G. Stiffing rib shall be utilized if required H. Shall have flexible, neoprene rubber connection that meets ASTM C923. I. A precast concrete shall be 28-day, 4,000 psi and concrete component meeting the following ASTM specification. (1) Aggregates: ASTM C33 (2) Cement: ASTM C 150 (3) Sampling: ASTM C39 (4) Reinforcement: ASTM C185 (5) Sand & Mortar ASTM C 144 Sanitary Sewer Line Construction 02530-5 J. Precast concrete base shall have hooked end anchor bolts with a minimum embedment of 3- inches. Bolts shall be 5/8-inch diameter, 304 stainless steel. Nuts and washers shall be 304 stainless steel. K. Precast concrete base shall be designed to support AASHTO H-20 loading and manhole half full of water. L. The interior surface of the manhole shall have a chemical resistant, resin layer 0.010 to 0.020 inch thick with no expose fibers. M. Manholes shall be designed to support AASHTO H-20 loading in accordance with ASTM D3753. N. Manholes shall have an eccentric — reducing section made of the same material as the barrel with a top clear opening of no less than 24-inches and designated to accommodate standard grade adjustment, manhole ring and cover. 2.8 STEEL CASING A. Steel casing shall have a minimum yield strength of 35,000 psi. The minimum wall thickness shall be 0.250-inch for casing diameter of 16 inches and less; 0.312-inch for casing diameters of 18, 20, and 22 inches; 0.344-inch for 24-inch casing; and 0.469-inch for 36-inch casing diameter. Casing shall be solid rolled steel and shall not be spiral -welded steel. Casing shall have an approved exterior coating. Laying lengths shall be 20 feetfl-inch. PART 3 EXECUTION 3.1 MEASUREMENT AND PAYMENT A. Sanitary Sewer Pipe. (1) Payment for installation of sanitary sewer pipe will be on a linear foot basis in depth range of 2 feet. Gravel embedment, excavation, backfill and other items necessary to completely install the pipe are included in this unit price. (2) Measurement will be from the natural ground to the flow line of the pipe. The Owner's Representative will perform measurement. B. Sanitary Sewer Manholes (1) Payment for installation of sanitary sewer manholes will be on a vertical linear foot basis with the first 4 feet considered a standard manhole depth. Excavation, backfill and other items necessary to completely install the manholes are included in this unit price. (2) Measurement will be form the natural ground to the manhole invert. The Owner's Representative will perform measurement. C. Warning Tape. (1) Payment for installation of sanitary sewer warning tape will be on a linear foot basis. (2) The Owner's Representative will perform measurement. D. Manhole Inserts. (1) No additional payment will be made for installation of manhole inserts. They are considered a standard part of the manhole. 3.2 GRAVITY PIPELINE INSTALLATION A. General: (1) All pipe and accessories for the work specified herein shall be unloaded, handled, laid, jointed, tested for defects and for leakage in the manner herein specified. Sanitary Sewer Line Construction 02530-6 (2) Coordinate delivery storage, and delivery schedule with Owner's representative. B. Responsibility for Materials The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. C. Handling Pipe and Accessories All pipe, fitting, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at site of work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the material. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 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. D. Trench Excavation The Contractor shall be responsible for complying with Texas House Bills 662 and 665 safety standards and with the applicable OSHA regulations concerning trench excavation, general excavation and construction safety. (a) Owner's Representative will provide construction -staking services. The centerline of the proposed line will be established and cut sheets issued by the Owner's Representative. The Contractor is responsible for notifying the Owner' Representative of any concerns with construction staking. (b) Contractor will excavate as necessary to attain the line and grades at locations shown on the Plans or as staked in the field. E. Trench Safety System This section of the specifications covers trench safety systems for trench excavation greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the City of any unforeseen field conditions which might affect the integrity of the trench safety system. F. Trench Methods Trench Boxes — Submit manufacture's standard data sheet and certificate of compliance signed by a registered professional engineer stating the maximum allowable depth for the given design pressure of each type of trench box proposed for use. Alternative Systems — If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered professional engineer showing all member properties, design strengths and stress increases used with justification for their use. G. Procedure Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated in the design submitted. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. Backfill trenches as soon as possible after completion of work. Stockpile excavated Sanitary Sewer Line Construction 02530-7 material at least three feet away from the edge of trench. Maintain barricades and signage as required by OSHA, State and Local codes to protect open excavations. Do not allow surface water to enter excavations. Properly grade or protect areas adjacent to trench excavations to control surface drainage away from excavations. Excavation which must remain open during periods of rainfall must be protected such as to prevent accumulations of water in excavation. H. Embedment Embedment is defined as the portion of backfill from the bottom of the trench to a point six (6) inches above the top of pipe. (1) Embedment Material: (a) Provide crushed stone with irregular surfaces for embedment of sanitary sewer pipe and manhole foundation that meets the following gradation requirements: % by Retain on the 1-inch sieve 0 Retain on the 7/8-inch sieve 0 to 2 Retain on the 3/4-inch sieve 15 to 35 Retained on the 5/8-inch sieve 55 to 100 Retained on the 3/8-inch sieve 95 to 100 Retained on the No. 10 sieve 99 to 100 The bedding layer shall be laid in the pipe trench, shaped and smoothed to grade and then thoroughly consolidated by tamping. The bedding material shall be checked for grade and bell holes dug before the pipe laid. The hunching layer of rock embedment material shall then be placed up to the spring line of the pipe (one half of the outside diameter above the bottom of the pipe). The haunching layer shall be thoroughly consolidated by tamping. The initial backfill layer shall be the third lift of rock embedment material and shall be placed to a point at least six inches above the top of pipe. The initial backfill shall be thoroughly consolidated by tamping or by vibratory compactors. The remainder of the trench backfill shall be as specified in Paragraph K of this section. I. Pipe Laying in Trench After the trench has been properly fine graded, the pipe shall be installed in accordance with the City of Lubbock Construction Standard and the Manufacturer's Instructions. Each length of pipe shall be inspected for defects and the spigot cleaned thoroughly inside and outside before lowering into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam or cut stakes to control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the top of bedding and to allow ample space for properly jointing the pipe. Installation and jointing of the pipe shall be in accordance with the manufacture's recommendation except where the requirements of these specifications are stricter. 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 pipe shall be plugged by approved means, and no trench water shall be permitted to enter the pipe. Sanitary Sewer Line Construction 02530-8 No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for such work. 3.3 CONNECTIONS WITH EXISTING PIPING A. Connections between new work and existing piping shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions which least interference with service to customers, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavation without damage to adjacent property. (1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric- seal joints or ASTM D 3034 for elastomeric-gasket joints. 3.4 MANHOLE CONSTRUCTION A. General: Manholes shall be constructed at the locations shown on the plans or as directed by the Owner's Representative. The manholes shall be constructed in accordance with the details shown on the plans and as specified herein for precast reinforced concrete manholes. B. Precast Reinforced Concrete Manholes: After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans and the latest requirement of ASTM C891. C. Fiberglass Manholes: (1) Install precast concrete manhole pad using appropriate elevation to align the manhole with the line and grade of the pipelines being constructed. (2) Attach manhole to pad using stainless steel anchor bolts with a minimum diameter of 5/8- inch. (3) Install manhole true and plumb. 3.5 CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Sanitary Sewer Line Construction 02530-9 SECTION 02750 BYPASS PUMPING OF EXISTING SANITARY SEWERS PART1 GENERAL 1.1 SUMMARY A. The work covered by this section of the specifications includes that necessary for furnishing, installing, and maintaining bypass pumping capabilities for existing sanitary sewer systems. B. Section Includes: (1) References (2) Administrative Requirements (3) Submittals (4) Action Submittal/Information Submittal (5) Equipment (6) Preparation (7) Installation (8) Field or Site Quality Control (9) Closeout Activities 1.2 REFERENCES A. Reference standards cited in this Specification refer to the current reference standard published at the time that these Specifications were released. 1.3 ASMINISTRATIVE REQUIREMENTS A. Coordination (1) Schedule meeting with Engineer to review sewer shutdown prior to replacing or rehabilitating any facilities. (2) Engineer reserves the right to delay schedule due to weather conditions or other unexpected conditions within the existing sanitary sewer system. (3) Review bypass pumping arrangement or layout in the field with Engineer prior to beginning operations. Facilitate preliminary bypass pumping run with Engineer present to affirm the operation is satisfactory. (4) After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with Engineer staff. (5) Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: (a) Personnel on site (b) Portable SCADA equipment 1.4 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to handling of sewer flows. Submit the plan to the Engineer for approval a minimum of 7 days prior to commencing work. Include the following details: Bypass Pumping of Exisitng Sanitary Sewer 02750-1 (1) Schedule for installation and maintenance of bypass pumping system. (2) Staging areas for pumps (3) Pump sizes, capacity, number of each size, and power requirements (4) Calculations for static lift, friction losses, and velocity (5) Pump curves showing operating range and system head curves (6) Sewer plugging methods (7) Size, length, material, joint type, and method for installation of suction and discharge piping (8) Method of noise control for each pump and/or generator, if required (9) Standby power generator size and location (10) Suction and discharge piping plan (11) Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill (12) Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office and mobile) (13) A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems. PART 2 PRODUCTS 2.1 EQUIPMENT A. Pumping (1) Provide equipment that will convey 100 percent of wet weather peak flow conditions. (2) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming reasons. (3) Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. (4) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. (5) If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. (6) Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping (1) Install pipes with joints which prevent the incident of flow spillage C. Plugs or Stop Logs (1) Plugs (a) Select a plug that is made for the size and potential pressure head that will be experienced. (b) Provide an additional anchor, support or bracing to secure plug when back pressure is present. (c) Use accurately calibrated air pressure gauges for monitoring the inflation pressure. (d) Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. (e) Never over inflate the plug beyond its pressure rating. Bypass Pumping of Exisitng Sanitary Sewer 02750-2 (2) Stop Logs (a) Use stop log devices designed for the manhole or sewer vault structure in use. (b) If applicable, obtain stop logs from City that may be used on specific structures. PART 3 EXECUTION 3.1 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the Engineer. 3.2 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer Flow Stoppage (1) Plugging (a) Use confined space procedures and equipment during installation when necessary. (b) Thoroughly clean the pipe before insertion of plug. (c) Insert the plug seal surface completely so it is fully supported by the pipe. (d) Position the plug where there are not sharp edges or protrusion that may damage the plug. (e) Use pressure gauges for measuring inflation pressure. (f) Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring (1) Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. (2) Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. (3) Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. (4) Do not construct bypass facilities where vehicular traffic may travel over the piping. (a) Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.3 FIELD OR SITE QUALITY CONTROL A. Field or Site Tests and Inspections (1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. (2) Have Engineer on site during tests. 3.4 CLOSEOUT ACTIVITIES Bypass Pumping of Exisitng Sanitary Sewer 02750-3 A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. END OF SECTION Bypass Pumping of Exisitng Sanitary Sewer 02750-4 SECTION 02920 LAWNS AND GRASSES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All developed areas are to be sodded using approved methods and materials. All undeveloped areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED DOCUMENTS A. Related Sections include the following: 1. Section 02317 — Excavation and Backfill for Structures 11E,� 171101►l I 1181541. A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Areas disturbed by construction activities adjacent to homes apartments or businesses along the roadway. For the purposes of meeting the re -vegetation requirements required under this project, developed areas shall be defined as land with any type of improvement such as a home apartment building, storage building, fence, or any type of business. F. Undeveloped Areas: Area disturbed by construction activities where the land is not developed. For the purposes of meeting the re -vegetation requirements for this project, undeveloped areas shall be defined as land without improvements. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and LAWNS AND GRASSES 02920 - 1 variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, includingname and telephone number of supplier. 2. Certification that any trees, sod or seed are from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements inTPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.8 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecastedweather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed theareas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or re -sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.9 UNDEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. LAWNS AND GRASSES 02920 - 2 C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seed at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to seeded area. 1.10 DEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than the following periods: 1. Sodded Lawns: 30 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1 /2 inch to 2 inches high. E. Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. LAWNS AND GRASSES 02920 - 3 PART 2 -PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Use Bermuda grass seed for disturbed undeveloped areas. Choose a variety such as Sahara Bermuda or Yuma Bermuda and submit to the Engineer 60 days prior to planting for approval. 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermuda grass (Cynodon dactylon tiffway cultivar) i►•�c�C�J3.Y�1111 A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. LAWNS AND GRASSES 02920 - 4 B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Remove weeds before seeding by applying selective herbicides as required do not use pre -emergence herbicides. D. Limit subgrade preparation to areas to be planted. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. E. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. F. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. G. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. H. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.3 DRILLED SEEDING A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 2 lb. of pure live seed (pls) per 1000 sf. C. Roll lightly, and water with fine spray. UEA song . 1 : 07.y40171Mel A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. LAWNS AND GRASSES 02920 - 5 3.5 SODDING A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.6 RENOVATION OF LAWNS A. Renovate existing grasses and landscaping damaged by Contractor's operations, suchas storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Contractor shall replace damaged grass or plants with grass or plants that are identical to those present in the existing lawn or landscaping. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.7 SATISFACTORY GRASS ESTABLISHMENT A. Satisfactory Seeded Area: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded Area: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. LAWNS AND GRASSES 02920 - 6 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Cleanwheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas fromtraffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION 02920 LAWNS AND GRASSES 02920 - 7 063126023 LAWNS AND GRASSES 02920 - LAWNS AND GRASSES 02920 - 8 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. Cast -in -Place Concrete 03300-1 B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: (1) ACI 301 — Specification for Structural Concrete (2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. PART 2 PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\ E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. Cast -in -Place Concrete 03300-2 I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. 00117911►11101Zy1lu1aft IIT414 W106111161 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. Cast -in -Place Concrete 03300-3 B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: (1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. (2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: (3) Compressive Strength (28 days): 3000 psi (4) Type I cement (5) Fly Ash: Allow up to 25% of cementitious material (6) Minimum Slump: 4 inches (7) Maximum Slump: 6 inches (8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. (9) Maximum Water/Cementitious Materials Ratio: 0.55 (10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: (1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. (2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: (a) Fly Ash: 20 percent (b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. (c) Admixtures with chloride ions are prohibited. C. Admixtures: (1) Use admixtures according to manufacturer's written instructions. (2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. (3) Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. (4) Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. Cast -in -Place Concrete 03300-4 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: (1) Class B, 1 /4 inch (2) Construct forms tight enough to prevent loss of concrete mortar. (3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. (4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. (5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. (6) Do not use rust -stained steel form -facing material. (7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. (8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. (9) Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. (10) Chamfer exterior corners and edges of permanently exposed concrete. (11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. (12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. (13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. (14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. Cast -in -Place Concrete 03300-5 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. A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired. Cast -in -Place Concrete 03300-6 C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness, as follows: (1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. (2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. (a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. (b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. (c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. (e) Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. (3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. (4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. (a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. Cast -in -Place Concrete 03300-7 B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. (1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. (2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. (3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. (4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. (1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. (2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. (3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. Cast -in -Place Concrete 03300-8 R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. (1) Leave forms in place for a minim of 3 days. (2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. (1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. (1) No work will be permitted on the slab during wet curing. E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION Cast -in -Place Concrete 03300-9 Page Intentionally Left Blank