Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2021-R0483 - Change Order No. 1 Contract 15477 with Garney Construction 12.14.21
Resolution No. 2021-R0483 Item No. 6.4 December 14, 2021 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute and on behalf of the City of Lubbock, Change Order No. 1 to that certain Contract No. 15477 and between the City of Lubbock and Gamey Construction, for the Low Head C Pipeline, a related documents. Said Change Order No. 1 is attached hereto and incorporated in f resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on December 14, 2021 STEVE M SENGALE, OR PRO TEM ATTEST: Reb cca Garza, City S cret ry APPROVED AS TO CO Jesica cEachern, Assistant City Manager APPROVED AS TO FORM: F pelli Leisure, Assistant City Attorney ccdocs/RES.Chg0rd#1 Contract 15477 Garrey Low Head C 11.29.21 Office of Purchasing and Contract Management Change Order Contract No: 15477 Contractor: Gamey Construction Change Order No: 01 Contract Title: Low Head C Pipeline Bid/RFP No: RFP 20-15477-JM Project No: CIP 92450.9241.30000 "Change Order" means a written order to a Contractor, executed by the Owner, in accordance with the Contract authorizing an addition to, deletion from, or adjustment or revision of the requirements of the Contract documents, or an adjustment to the compensation payable to the Contractor, or to the time for performance of the Contract and completion of the project, or a combination thereof, which does not alter the nature of project and is an integral part of the project objective. Adjustments to "Estimated Quantities" to a line time in a Unit Price Contract do not require a Change Order. All work that alters the nature of the construction or that is not an integral part of the project objective must be let out for public bid. Description of Change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction not covered by the specifications and drawings of the oroiect (attached additional naves is necessa Change Order 01 to Contract 15477 includes Proposed Contract Modification (PCM) 001 through 003 as well as Work Change Directive (WCD) 001. These changes include adjusting the pipe alignment in order to provide installation costs to the City, replacing a 24" waterline near abandoned Pump Station 7 in that will ensure the new Low Head C Pipeline will be able to fully function as designed, and adding traffic -rated valve vaults along 261h Street in order to protect the new Low Head C infrastructure now and in the future. Where the Change Order is negotiated, the Change Order must be fully documented and itemized as to costs, including material quantities, material costs, taxes, insurance, employee benefits, other related costs, profit and overhead. Where certain unit prices are contained in the initial Contract, no deviations are allowed in computing negotiated change order costs. ITEMIZED COSTS MUST BE FULLY DOCUMENTED AND ATTACHED TO THIS FORM. ITEM DESCRIPTION AMOUNT A. ORIGINAL CONTRACT VALUE: $8,915,699.95 B. AMOUNT OF THIS CHANGE ORDER: Note: Council approval required if (- -) $50,000 $450,102.12 COST CENTER: 92450 1 ACCOUNT: 92450.9241.30000 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER B/A 5.05% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $0 E. TOTAL AMOUNT OF ALL CHANGE ORDERS B+D $450,102.12 F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 250.10 maximum) 5.05% G. NEW CONTRACT AMOUNT A+E : $9 365 802.07 It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes full compensation to the Contractor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise, in anyway incident to, or arising out of, or resulting directly or indirectly; from the work performed or modified by the Contractor under this Change Order. This Chance Order is not valid without the following sicnatures (please sipn in order and return 3 originals with the Contract Cover Sheet to Purchasing and Contract ManaEentent department): 11/15/21�" 11/15/2021 Date (2) Project Architect/Engineer Date (1) Con or 11 � Date 11. A-Zvz Date Date Chanre Order ver $50 000.00 re mire a Contract Cover Sheet and the follow in si natures: 12/14/2021 12/14/2021 (7) MNQLA, Tem teve s ale Date (8) Cit Icretary Date Council Date: December 14, 2021 Agenda Item #: 6'4 Resolution #: 2021-RO483 PUR-45 (Rev 08: 2018) Change Order Project Low Head C Pipeline Project Number Owner City of Lubbock Contract # 15477 Contractor Garney Construction 7339 Construction Manager Freese and Nichols LUB19278 Design Professional Freese and Nichols LUB19278 Change Order No. 001 Date 10/22/2021 Make the following modifications to the Contract Documents: Item Description Change Amount 1 CP-001.1 Pipeline Realignment; + 28 days $ (72,907.11) 2 CP-002 PS 7 24" Waterline Replacement; +40 days $ 500,625.54 3 CP-003 Traffic Rated Valve Vaults on 261h St. and Antenna Relocate; 0 days $ 1,439.20 4 WCD-001 Exploratory Work for PS 7 24" Waterline Replacement, + 5 days $ 20,944.49 Net Change in Contract Price this Change Order $ 450,102.12 Net Change in Contract Times this Change Order 73 days The compensation in this Change Order is the full, complete, and final compensation for all costs Contractor may incur because of or relating to this change whether said costs are known, unknown, foreseen, or unforeseen at this time, including without limitation, any cost for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged Work because of this Change Order. The changes in Contract Times are the complete and final adjustments for impacts to the ability of Contractor to complete the Work within the Contract Times and are the only adjustments to which Contractor is entitled. All terms and provisions of the Contract Documents remain in effect except as specifically modified by this Change Order. a. Original Contract Price $ 8,915,699.95 b. Previously Approved Change Order/Contract Amendment Amounts $ 0.00 c. Adjusted Contract Price ( a + b) $ 8,915,699.95 d. Contract Amendment Amount $ 450,102.12 e. Revised Contract Price ( c + d ) $ 9,365,802.07 f. Percent Change in Contract Price to Date 5.04 Original Previous Current Substantial Completion Date 11/28/2021 11/28/2021 2/9/2022 Final Completion Date 2/26/2021 2/26/2022 4/10/2022 Recommended by Design Profess�i aI (%'�M RALP ecommended by Construction Manager Charles H. Erwin 1on2n1 i�^�' 4-ram Bret S. Calvert 10/22/2021 Name Date Name Date Approved by Garney Construction Approved by City of Lubbock 1� Ran Moloney 10/25/21 e Date Name Date Change Order Page 1 of 1 Project Owner Contractor Construction Manager Design Professional Low Head C Pipeline City of Lubbock Garney Construction Freese and Nichols, Inc. Freese and Nichols. Inc. Mon of Modifications Project Number Contract # 15477 7339 LUB19278 LU B19278 Make the following additions, modifications, or deletions to the Work described in the Contract Documents: Replace the following sheets: • WL-1 • W L-2 • WL-3 • WL-4 • WL-9 • WL-12 • WL-13 • WL-14 • WL-15 • WL-17 • WL-23 • CV-3 • DT-6 • DT-11 Approved by Design Professional Charles H. Erwin Name OF �,�p.tE...... TF+�1 10/22/2021 .1s+�� Date ::....................:: 10 CHARLES H. ERWIN 0 6......... •...........:.. % 00 4z OP p 118842 ,-*, o 010+4 s oENSEN N� 10/22/21 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-21" Description of Modifications Page 1 of 1 CP-001.1 Pipeline Realignment rM4NICNOLS PROJECT OWNER BUILDER DESIGNER CM CP No. Low Head C Pipeline City of Lubbock Garvey Companies Freese and Nichols, Inc. Bret Calvert CP-001.1 Change Proposal PROJECT NUMBER 15477 CP Description Garvey has found conflicts along the currently alignment that requires alignment and design changes. Issues consist of new infrastructure installed by home builder and utilities found in conflict with current alignment as noted on Exhibit 1. Garvey proposes a new alignment as seen in Exhibit 1, that will allow a credit to be offered to the City of Lubbock in the sum of $90,907.11. We would eliminate bid items D2a, propose to increase the tunnel length for bid item D2b by 151-F, and ask to be paid for the costs associated to propose the redesign. The cost associated to propose the redesign consist of, coordination with utility companies to locate the utilities on the East side of Upland, hydro - excavation of all utilities to verify the feasibility of the proposal, and create a proposal that is constructable. Garvey is requesting that the 34th street tunnel be extended an additional 151-F from the original bid quantities and to be installed as shown in the proposed new alignment on the East side of Upland Ave due to utility conflicts on the North West side of the bore pit location as sown in the current alignment in Exhibit 1 . Minor adjustments will have to be field verified with RPR regarding total billable quantities to items D6 - flexible base drive way repair and D7 - concrete drive way repair. Garvey has also proposed a new alignment from WL-12 to WL-17 that has added one additional 8" blow off due to a sewer utility conflict on Sheet WL-17. The addition of the 8" blow off valve as results in a net credit of $72,907.11 for the Low Head C Pipeline Project Specification N/A Drawing / Detail WL-1 to WL-4 & WL-12 to WL-17 NOTIFICATION BY BUILDER The Builder proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment and requests that you take the following action: Purpose of Change Proposal New Change Proposal Requested Action Issue a Work Change Directive or Change Order for the described change Basis of Compensation Lump Sum calculated using Cost of Work provisions in General Conditions paragraph 13.01 Required Documentation - Detailed cost breakdown attached showing labor, materials, equipment, and all other costs for this change - Schedule attached to show impacts and justification for requested change in Total Change Proposal Amount Adjustment in Contract Time Attachment CP-001.1-AlignmentChangestoDateonSheetsWL1-WL4andWL1 2-WI-1 7-Ryan Moloney-Pending.pdf Submitted By Ryan Moloney CONSTRUCTION MANAGER'S RESPONSE Recommended Basis for Compensation: Unit Prices Date 05-10-2021 Authorization to proceed with changes must be approved by the Owner through Change Order in accordance with the Contract Documents. Status Recommended for Approval Action Final Distribution Comments Recommended for approval. Signed and sealed sheets to be provided with the final CO. Attachments CP-001.1 -AlignmentChangestoDateonSheetsWL1 -WL4andWL1 2-WL1 7-Ryan Moloney- Pending.pdf Response By Bret Calvert Date 08-31-2021 Page Left Intentionally Blank PROJECT: OWNER: CONTRACTOR: CM: ENGINEER: City of Lubbock Garvey Construction Freese 8x Nichols (Bret Calvert) Freese and Nichols (Michael McBee) CONTRACT MODIFICATION PROJECT NUMBER 15477 7339 LUB19278 LUB19278 CHANGE PROPOSAL NO: 001.1 COP Details: Gamey has found conflicts along the currently alignment that requires alignment and design changes. Issues consist of new infrastructure installed by home builder and utilities found in conflict with current alignment as noted on Exhibit 1. Gamey proposes a new alignment as seen in Exhibit 1, that will allow a credit to be offered to the City of Lubbock in the sum of $90.907.11. We would eliminate bid Hems D2a, propose to increase the tunnel length for bid item D2b by 151-F, and ask to be paid for the costs associated to propose the redesign. The cost associated to propose the redesign consist of, coordination with utility companies to locate the utilities on the East side of Upland, hydro -excavation of all utilities to verify the feasibility of the proposal, and create a proposal that is construclable. Garvey is requesting that the 34th street tunnel be extended an additional 25LF from the original bid quantities and to be installed as shown in the proposed new alignment on the East side of Upland Ave due to utility conflicts on the North West side of the bore pit location as sown in the current alignment in Exhibit 1 . Minor adjustments will have to be field verified with RPR regarding total billable quantities to Hems D6 - flexible base drive way repair and D7 - concrete drive way repair. Item # Engineering Description Qty Unit Cost Per Extended Cost Directive # Owner Item Eliminate 15LF of 36" AWWA C303 BWCCP A.1 Class 150 with Proposed New Alignment 59 LF $ (201.00) $ (11,859.00) Eliminate 40LF of Trench Safety Systmem with Owner Item Reduction of Pipe Quantity and Extension of 34th DA Street Bore 84 LF $ 4.00 $ 336.00 Owner Item Proposal to eliminate of 60" I.D. 26th and Upland D.2.a Ave 105 LF $ 1,200.00 $ 126,000.00 Owner Item Proposal to add additional footage for 60" I.D. D.2.b 34th and upland 251-F 25 LF $ 1,200.00 $ 30,000.00 Owner Item D.6 Additonal Flexbase Drive Way Repair 74 SY $ 52.00 $ 3,848.00 Owner Item D.7 Additonal Concrete Drive Way Repair 132 SY $ 110.00 $ 14,520.00 Owner Item D.8 Reduction of Asphalt Pavement Repair 260 SY $ (65.00) $ (16,900.00) Owner Item D.24 Reduction of Fiber Optic Conduit 59 LF $ 8.00 $ (472.00) Owner Item D.28 Reduction of 12" CMP Culvert Pipe 49 IF $ (17.00) $ 833.00 Owner Item D.3 8" Blow Off Valve Assemble 1 EA $ 18,000.00 $ 18,000.00 Hydro -Excavation and Exploratory Work for #1 Alignment Porposal 1 LS $ 17,124.89 $ 17,124.89 Total $ (72,907.11) Contractor: Garvey Construction By Date: Ryan Moloney Recommended for Payment by Approved for Payment by Engineer City of Lubbock By By Date Date Recommended for Payment by Approved for Payment by Construction Manager [OWNER] 10/22/2021 By By Date Date Change Order Proposal: 733"1 04/22/21 G a�/ COP Details: Hydro-e-ation and a:ignment feasibilty eaploritory work along the East side of Upland from 26t street to 34th street. ADVANCING wA aTEA/ cl.wnovetl un•BurMnaO Bay Ray raR AM kt4dHw ra4wal IManIPlerntsrll Sta4 Ilrerapl9ym4n1 Real warWnanY ConiP4nt.U4n Rnrl S.M!{ O.MnI WNlhy mrurmt. l.m Ptalan (ESOP) 12A031 Mnlan WUQ 3501t HNIdO)pSx) 330% van%nlf%1 6.00% fanunt4 aNn f30% xaahhioemN ueaann f4s3Aaa IM Nara Kl S SLL Gr4eo UI4 beam I - AD) Vw%N4 v4Nd.Am- �aHMN-- yeel Fwu Mdn14ya4 $ a.SO INDda7%H atxalo:ol fam oyr Tky .wWo:4.1s ep4 RagdRn- HOun ova HOun SUGGESYMmeluNo RATE $ 39.90 S Im 5 ".24 f 0. s 2.2) 5 0.71 S 4.N 5 2.40 S 1.40 s 239 5 3" s Sw 5 .09 S SAO S a.K S 15" S v:9) 40 S 3.01193 .:DENT $ $0.48 S 3.K $ 0.30 5 0.a9 2.N $ 090 5 6.06 5 I T S 1)) 5 l.0) S 4.80 5 S.w 5 0lo S 7 K S 4 50 5 9].K S 115.09 40 $ 3,75558 .;INEER. S 33.65 5 2.s7 s 0.20 5 0.59 S 1.92 $ 5 0.60 f 4.01 5 1.18 S 11t 5 2.03 S I.20 S S.K 5 0.0) S 5.00 S 4.K S 65.16 S )6)I S :RATORXOURLY S 25.22 0.1515 0.- S 1.M t 0.45 S 3.03 $ O.aa S O.K 5 151 f 2.b S SA6 5 0.01 S f 5 43.41 $ 5).50 40 30.0 $ 431229 ".MtER. N04R1` 18.72 0.11 $ 1�-7 033 $ 225 $ O.K S O.K 5 112 S lla S SAfi $ 0.04 S S 5 33.35 S 4I.K 80 20.0 IS 3,53].82 Loft Term Cyws shM Term Cra%N PER DIEM Days f.Wls Work 14oathY Mr Dt.m Werkir18 DRYS par feenth DNM Pa Dt.m F. HPtN rood TeW S.Wt-A 53 SUPERINTENDENT 5 5 102.21 S W OPERATOR. HOURLY 70 LABORER HOURLY 0 5 3636 Turm $ EQUIPMENT Dascriplim H-low Rate Hours On Sly "IV Rm Day tm she Weakly Rna W«kc On siy m-mov Rau MondN on sit. Opmdn CosV W OParada Hwn oa0wry/ Pick Up OuanrHY Exellew CeN lehn Deere 320 Backhw s 4a0.00 s aoD.oD s 6.260.60 s 4135 S CAT 2,ODO Gallen Water Truck $ 250.00 5 I=.W S 2.000.00 5 23.34 CAT336Hamma 5 6r0.00 5 3.3a2.K S 9.71S.W 5 1602 Trench Shming Rental 5 500.w S GT5m DNmRlw S 560.w 5 1.4K.00 5 t975u S 4'A 5 490.-. S Xydro•Vac Track, 54216 5 i.626.0 IS •.e III IS $ 1.626.4] TOTAL $ 1,626A) MATERIALS Varda Were- D-6po- Q"Wty tht uNt Celt Emndad Celt OUT:. Nd Ea -Vac Tralkr S 26.67 S 26.67 TOTAL $ 26.67 SERVICES Vardar/Sebyrtasuer RN.nnca D-60- Oaa4ty YNt VNtCM E2t.Mad Celt S TOT LL $ Summary: TOTALS wM<ata Uha S 12.617.61 $ S 1626.47 5 S S 2,K4.15 S 1714. f wMCatWMDwn wM Cat NFaMa4a wMCat9l-twwh wM<at N--. can- , rN $uyaal wMtw Maand Nemlum TOTAL COST S 11-.a9 Lubbock Low Head C C'assic Schedule Layout 26-May-21 13:38 ..mn. w..i.vdr rwA AiY4vYywFawrM�^waw ^ .WA � Awvn MNw.tfms6b 6v aavD 4~nlbMbwO� • Iuyna MrM.6aNlm D DMPn YaPn o sMyDa Ynsbarpavr uvru[rvaw Ww6ubq ® d•IIOVNavm+va^MOq Cr. avlawimrW ® OT.npprmvwum.sYl �Cm.wW.nraep� mDeFb.rq �aayso•�DNaDr6Dnnm.mq ® awmwa.roa.rYAawRDm�meuM ® a��YvuH�.vDvemei�aq �a`non Mn w) .n v shq)i Ynagov.�vryw�rbemey byn .�gnp..P wr Myuv�ver�al Ysan.D miwn ® Yagavv✓vwAnn �bynl4Yunvravvv.1 Herb ® .el.re•mRYv�Ywaq wvM arNab. yarn vw.n rw.rwvv.b�vqawmm �rwb�.s�bvvrrwrawtne ♦r�.rvnwrb�wpaDam vror✓�qman o� ..Mrwvw�n+�Mv�u.ma�v.m �Mbw.r..rn� it ♦Cm..bwrw.a.nyrq.avAvauan �.arn uern barb •alvPbnwrY mabrb � barb barA �V.+w.M.wTMrwu.M'�A 4aevruvnb.'aer rrabRrOr Actual Level of Effort 11IM1111111 Remaining Wok ♦ ♦Milestone A,*alWodc 11111IM1111 Qibcal Remaining Work V--/summary a.v...w�t�lrweYm .s¢sbm ............. aaf.nrb�. sm ........................................................................... ...... .... ...... ....... ...... ...... ................ ...... ......... ate:........ .. ....... Page 1 of 2 1 TASK filter. All Activities Actual Start Date of Pipe Laying Operation May 20th. 28 Days Impacted O Omcle Corporation Lubbock Low Head C Classic Schedule Layout 26-May-21 13:38 . RM.w. ...a +.........., ia r_ AUraI Level of Effort >i Ramaini g Work • • Mdesbne i Work i Cdtlral Remaining Work VmmmW summary Page 2 of 2 TASK filter. All Activities Oracle Corporabon I I rrrrrrr rroororarrorrraororrorrr� rr trot orro orrrroorrorrrrrrareororororoo oroo■ 3��9ii$��ggggg83ii{ge38{itlttttt888188 lHilHlttt18t181!{ii:tlll�934�� Ag����d�&3i9 �d � x r r w x rerarawarar e :iei it�ea�3 a i 3 � a D I � fit i a��a agiaa a as a s 9 O ....g.......g... g.......... g... g.. P......p..... .............................. ............................e . ........... • 3 AAAABAAAAAAAAAAAAA88AAAAAAAAAAAAAAAAA AAAAAAAAAABAABAAAAAAAAAAAAAAAA AAAAAAAAAAAAA ABAAAAAAAAAAAAAAAAAABAAAAAAAAAAAAAAAA AAAAAAAAAA88AA{AAAAAAAAA{AA$AA AA{AAAA{AA{A{ f NCD O O =3 U) V m D C [itic$ _0 0. — o•� VJw n si Q M� CD r�t CD${ijj! r rrnn M�ylg c / � 1 gp r r =� CD It f a ;€ .... �• Ai —�� ..... ........ a 9a Hil �e 0 a (4f O y v CP-002 PS 7 24" Waterline Replacement IrIMMICHOLREESE S Change Proposal PROJECT OWNER BUILDER DESIGNER CM Low Head C Pipeline PROJECT NUMBER City of Lubbock 15477 Garney Companies Freese and Nichols, Inc. Bret Calvert CP No. CP-002 CP Description Garney has evaluated your request for the additional work near Marsha Sharp Freeway regarding Pipe & Valve Installation detailed in the Request for Change Proposal No. 2. Please see the below and attached Change Proposal 7339 -02 which includes costs associated with the additional work near Marsha Sharp. To provide clarity to the overall scope Garvey has provided a scope breakdown of inclusions & exclusions following the Change Proposal Cover Letter in attached PDF. Garvey would like to propose an increase in contract time of 40 days for the additional work in Change Proposal 7339-02. In accordance with the General Conditions of the Agreement — Article 24, Garvey would like to propose a Lump Sum Price of $500,625.54 for the Extra Work detailed out in Change Proposal 7340-02. Garvey has included an Owner Directed Allowance in the above Lump Sum Price in the amount of $25,000.00. This is intended to reimburse Garvey for costs created by shutdown complications or subcontractor delays due to shutdown complications. To meet the requirements of the acceptable shutdown season, material availability, cost, are volatile and material lead times are critical to completing this work for the City. To meet the requirements of the acceptable shutdown season and procure the requested material, we ask the City to provide direction, specifically regarding the valve order, within 5-days of receipt of this proposal. If this is not possible, please let us know so we can discuss what alternatives may be available to lock in schedule and cost. This proposal represents the associated fees for the specified scope of work included. If a 6-day shutdown window cannot be met and additional work is required as a result of this change due to circumstances outside of Gamey's control, this will be discussed and addressed under a separate cover. Specification N/A Drawing / Detail N/A NOTIFICATION BY BUILDER The Builder proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment and requests that you take the following action: Purpose of Change Proposal Response to RCP Requested Action Issue a Work Change Directive or Change Order for the described change Basis of Compensation Lump Sum calculated using Cost of Work provisions in General Conditions paragraph 13.01 Required Documentation - Detailed cost breakdown attached showing labor, materials, equipment, and all other costs for this change - Schedule attached to show impacts and justification for requested change in Contract Times Total Change Proposal Amount $ 500,625.54 Adjustment in Contract Time 40 days Attachment CP-002-COP-02_WorkNearMarshaSharpFinalSigned10.05.21-Ryan Moloney- Pending.pdf Submitted By Ryan Moloney Date 10-20-2021 CONSTRUCTION MANAGER'S RESPONSE Recommended Basis for Compensation: Lump Sum calculated using Cost of Work provisions in General Conditions paragraph 13.01 Authorization to proceed with changes must be approved by the Owner through Change Order in accordance with the Contract Documents. Status Recommended for Approval Action Final Distribution Comments Recommend Approved Attachments CP-002-COP-02_WorkNearMarshaSharpFinalSigned10.05.21-Ryan Moloney-Pending.pdf Response By Bret Calvert Date 10-21-2021 Page Left Intentionally Blank GarneY City of Lubbock 1314 Ave K Lubbock, Texas, 79401 Attn: Josh Kristinek Re: Request for Change Proposal No. 2 - Work Near Marsha Sharp Dear Mr. Kristinek, 1030 Andrews Highway, STE 304C, Midland Texas Phone: 816.741.4600 wvnv.gamey.com 09/29/2021 Garney has evaluated your request for the additional work near Marsha Sharp Freeway regarding Pipe & Valve Installation detailed in the Request for Change Proposal No. 2. Please see the below and attached Change Proposal 7339 -02 which includes costs associated with the additional work near Marsha Sharp. To provide clarity to the overall scope Garney has provided a scope breakdown of inclusions & exclusions following the Change Proposal Cover Letter. Garney would like to propose an increase in contract time 40 days qr the additional work in Change Proposal 7339-02. In accordance wi nditions of the Agreement - Article 24, Garney would like to propose a Lump Sum Price 4f $500,625.54 r the Extra Work detailed out in Change Proposal 7340-02. Garney has included an Owner Directed Allowance in the above Lump Sum Price in the amount of $25,000.00. This is intended to reimburse Garney for costs created by shutdown complications or subcontractor delays due to shutdown complications. To meet the requirements of the acceptable shutdown season, material availability, cost, are volatile and material lead times are critical to completing this work for the City. To meet the requirements of the acceptable shutdown season and procure the requested material, we ask the City to provide direction, specifically regarding the valve order, within 5-dav5 of receipt of this proposal. If this is not possible, please let us know so we can discuss what alternatives may be available to lock in schedule and cost. This proposal represents the associated fees for the specified scope of work included. If a 6-day shutdown window cannot be met and additional work is required as a result of this change due to circumstances outside of Garney's control, this will be discussed and addressed under a separate cover. NC. CC: John Turpin, Bailey Ratcliffe, Nick Lester, Michael McBee, Bret Calvert, Ryan Moloney City of Lubbock - Lowhead C Pipeline Additional Work Near Marsha Sharp GENERAL SCOPE OF WORK PROPOSED BY GARNEY: Specifications & Assumptions: • This proposal is contingent on the City providing a complete & successful isolation that provides minimal flow of 1 ft/sec so that the Line Stop may be inserted in the piping near Marsha Sharp. This proposal is contingent on a full shutdown for 6 Full Working Days. The Line Stop must be on piping that does not exceed 150 PSI. The shutdown would begin when the Line Stop's are Installed, and Pump Station 16 is down. During this window following scopes of work are to be completed: o 48-Inch Line Stop ■ 48-Inch Epoxy Coated & Welded Line Stop Saddle ■ 6 Day Shutdown Line Stop ■ Appropriate Thrust Blocking for Line Stops 0 24-Inch Line Stop ■ 24-Inch Epoxy Coated & Welded Line Stop Saddle ■ 6 Day 24-Inch Line Stop ■ Appropriate Thrust Blocking for Line Stops o Removal of 42-Inch Waterline, Existing Valves, and 30 CY Thrust Block ■ To Include all crushing, loading, and haul off o Installation 215 LF of 24-Inch Steel Piping (All Welded Joints) ■ Installation of 42-Inch x 24-Inch Reducer ■ Installation of 24-Inch Flanged Valve ■ Installation of 2 EA Manways ■ Grace Clinic Connection ■ Internal & External Grouting of Joints o 20-Inch Cut & Plug ■ Removal of 100 LF of existing 20-Inch Piping to include all crushing, loading and haul off ■ Removal of 12 CY Thrust Block ■ Cut & Plug including appropriate blocking ■ Abandonment in place of exiting 20-Inch Piping under 29th Drive. o Installation of 48-Inch AVK Double Offset Butterfly Valve (1 Year Warranty) ■ Includes cutting & welding of all required flanges pieces ■ Includes Traffic Rate Manholes o Installation of 24-Inch AV-TEK Double Offset Butterfly Valve (10 Year Warranty) City of Lubbock — Lowhead C Pipeline Additional Work Near Marsha Sharp • Includes cutting & welding of all required flanges pieces • Includes Traffic Rate Manholes • All work assumes the use of existing Garney equipment onsite for the current work under contract. Delay in work will cause additional mobilization costs of equipment and labor. • Factory Hydrostatic Testing of Pipe Only per the Steel Pipe Specification • Disinfection Per Demolition of Pump Station 7 - Spec 33 10 13 - 1.01D with Swabbing on all piping east of the new 24-Inch Valve • Owner directed allowance is to be made available to the Contractor to compensate for equipment and labor down -time in the event the City is unable to isolate the system within 2- days or in the event Tapmaster's work extends beyond the 2 days Per Each Line Stop (48- Inch & 24-Inch) included in the attached proposal. o Garney's Equipment & Labor Down -Time Billable Rate will be set at $915.48 Per Hour. Inclusions • Includes all appropriate thrust blocking for Line Stops • Existing 42-Inch & 24-Inch Pipe to be Demolished and Disposed of Offsite (Approx. 210 LF) • Removal of Existing 42-Inch Valve and associated blocking • Removal of Existing Line Stop Tapping Saddle and 30 CY Blocking • Installation of approximately 210 LF of 24-Inch Mortar Coated & Mortar Line Steel Pipe (AWWA C-205) o All Welded Joints o Installation of Granular Embedment to match per the specification of the Demolition of Pump Station 7 Project o Installation of Select Fill to match per the specification of the Demolition of Pump Station 7 Project • Installation of 2 Each - 24" Manways for Grouting Access (to include 6" Valves for testing) • Interior and Exterior Joint Welding • Connection to 24-Inch Main Consisting of a 24" Welded Butt Strap Connection • All necessary Traffic Control • SWPPP • Reseeding of Impacted Area • Proctors & Testing For Densities • Cut & Plug of the Existing 20-Inch Waterline o To Include Abandonment in Place Material for 20-Inch Piping under 29th Drive City of Lubbock - Lowhead C Pipeline Additional Work Near Marsha Sharp o Haul off 100 LF of Piping o Removal of 12 CY Thrust Blocking • Installation of 48-Inch Double Offset Valve with 1 Year Warranty and Type B Traffic Rated Manholes • Installation of 24-Inch Double Offset Valve with 10 Year Warranty and Type B Traffic Rated Manholes • 12 LF of Sidewalk Repair on Southside of Marsha Sharp Exclusions 0 Excludes Utility Relocations • Excludes Gravel or Paving Restoration in front of Storage Units Located North of Marsha Sharp Freeway • Excludes additional Permitting not included above • Excludes Internal Dished Plugs City of Lubbock — Lowhead C Pipeline Additional Work Near Marsha Sharp PROJECT: Low Head C Pipeline OWNER: City of Lubbock CONTRACTOR: Garvey Construction CM: Freese & Nichols (Bret Calvert) ENGINEER: Freese and Nichols (Michael McBee) CONTRACT MODIFICATION REQUEST Change Proposal 15477 7339 LUB19278 II1R1997R 002 Item # Engineering Directive # Description Oty Unit Cost Per Extended Cost 1 48-Inch Linestop 1 LS $ 104,406.95 $ 104,406.95 2 24-Inch Linestop 1 LS $ 43.605.04 $ 43,605.04 3 Removal of Existing 42-Inch 1 LS $ 37,760.05 $ 37,760.05 4 Install Owner Provided 42-Inch x 24-Inch Reducer 1 LS $ 8,975.67 $ 8,975.67 5 Install Owner Provided 24-Inch x 4-Inch Tee (Manwa 1 LS $ 1,560.43 $ 1,560.43 6 Install Owner Provided 24-Inch C205 Steel Pipe 1 LS $ 88,927.06 $ 88.927.06 7 Installation of Owner Provided 24-Inch Valve (No Manhole) 1 LS $ 7,735.49 $ 7,735.49 8 Connection to Grace Line 1 LS $ 7,285.27 $ 7,285.27 9 20-Inch Cut & Plug 1 LS $ 17,938.30 $ 17,938.30 10 Installation of 48-Inch Valve & Manhole 1 LS $ 102,975.47 $ 102,975.47 11 Installation of 24-Inch Valve & Manhole 1 LS $ 54,455.80 $ 54,455.80 12 Allowance for Standby and Down Time 1 LS $ 25,000.00 $ 25,000.00 Total $ 500,625.54 Contractor: Garvey Construction Date: 10/05/2021 Recommended for Payment by Engineer B Y�,�i�l��� 10/05/2021 Date Recommended for Payment by Construction Manager By 10/05/2021 Date By Approved for Payment by City of Lubbock By ` 10/05/2021 Date Approved for P ment by [OWNER] By Date Change Order Proposal: 7339-02 48-Inch Unestop 10/02/22 Details: The below is a breakdown of the costs associated with a single 484nch Epoxy Coated Welded Linestop Providing a 5 Day Shutdown Window This would allow for the installation of the 241nch Piping, 20-Inch Cut & Plug, as well as the 24 rich Double Offset Gatrnlve These costs also include a remobll Gabon for a 3 on restop for the 48 Inch Vale Install n.c•• This •ncludes labor and e4uOrneirl for a single day of preparation for the linestop. SINGLE LINE STOP- 1 Day Of Excavation & Prep a -- oHN owTwN tab R44imrTkne NeYH Ow,7ww Noun we BRING RATE 43 PROJECT MANAGER: ASSISTANT 1HUMMY s )611 S 93 is 8.0 5 61.411 53 SUPERINTENDENT 1•165 $ 13723 8.0 S MAIL 600PERATOR HOUK, S 4).M S 11.21 &0 44 5 63129 600PERATOR: HOURLY S 41H S H72 &0 4.0 $ 551.49 70 LABORER. HOURLY $ 39H S .16 8A 4A S 508.94 )O WORFR.HWMY S H S 473I B.0 4.0 S 443H 70 LABORE0..HWWY S 35.sa 3 4s44 4A 5 466.38 E. MIABORER HOURLY 4A 5 I TOTK:I y 4,562f.aY I RESTOP-(• Not Anticipated At This Time) 1- Day Remobiliwtion, Re -Excavation 1- Dav Linestoo Prep & Unstop Installation "'riY"TR"' 4uN °i'r"1e inn RVA.TM1e Ileum °inn not Naval su"CITEO BRIIeG RATE 43 MOIECT MANAGER: ASSGTANT NIIIMRY S 761 S 9319 16.0 WA 535URERINTENDENT 5 1M.65 S 111. 16.0 WA 600PERATON. HOURLY S 4- S 6327 16.0 &0 WA W OKRATOR. HOURLY S 415a s H.12 16.0 &0 WA 70 LABORER. HOURLY MH S Jolb 16.0 &0 WA 70IABORER NWRIY 5 M4 S e)Jt 16.0 RA WA Y0IABONER HOURLY 1550 S 43.60 16.0 BA WA M LABORER: HOURLY s ILy 5 43321 16.0 RA WA TOTAL.[ WA 1 loll, Twin Own SAwL Term Own PER DIEM -Single Line Stop Deysforthh Wart Monti Ier DMm WoAknomm Mann DNVY MDM' fuel IIONI feed Tod SubNpnp 43Wt01ECTMANA L.ASsdTANTMIMMY I. S I,- 3100 S 77.27 S 77.27 S3 SUPERINTENDENT I. s 2,3.. 2roo 3 tot S 102.3J W OKRATOR. HOURLY 1. S wo. 2100 S 36.M S 109.09 "LABOUR HOURLY 1. s are. 22 S 16.M 5 181.22 TmAI $ 470.45 UNBTerm Own ShMTerm hews PER DIEM - Restop(*NotAntMpatedAt This Time) OwaferRds work M6ndNt caw ON, WppryDwspw Mend Daft PerINm FUN Ned Food Tad SuBslbnn 43 MOIECT MANAGER: ASSISTANT MIMARY 10o 5 1,-. not is - WA 53SUKRINTENDENT 200 $ 2so. 1200 S tat 21 WA GOOMMTON HOURLY 60o S Boo. -is M.16 WA 70 LABORER. HOURLY 10.00 S Boo. WA TOTAL WA EQUIPMENT -Onshe for Unstop HwM Hein Dell Is- W-W Weeks ---W Monk, open", open", DeaNy/ Dion'dw De,rrlPdon RM11 OnsRe Rap On Sb Rabi On SNe RaN On SIN C-4'W Noun BIA Ica Quirift ONt GT 335 Excavator Urs 00 IAb. S 49?Vo0 17.70.00 3 n S %500 S CAT 349 C-iir 36T 00 s L77000 too S 7A44.00 2sairso0 S It! so. S 1.J50.00 10o s 6.428.60 xOmwW WA 380-RMpl 91.W s .500 100 S 4-t0 s a.92sW s 31 600 S - am 5 4.000 Gallen Wapr Truck S 26500 $ JA6000 3.1. 00 s 31 s %sin 3 Air Cwnlxpsw low so 2. 3 21500 3 %300 S &00 $ I50.00 300 5 516.56 CNpplry Wmmw 2600 3J Oo 300 S 12500 s Woo 1%.00 Trasx lump 1400 5 95.00 2A0 S -. 3 1.35000 I 3 632.30 IOM 0ewt3105LBXkhoe M500 s I.-oo 3 4,11500 S - TOTK 3 10,446.3E No Text $� 8a || |;;;||)§I _ .|| || || tag | ;|;||| || - ---� |f | |||§| E| '§t(A|k' | &!) \}j\}}|\ $ \\| � !!| � | | !!!-!■!! | || | t 2 | � | }/| � | ;;| | | f B !| | ||||!|| �--------- � 2 !.| f� | | ¢ .,■| - |;|;|;;. - || || || ]|| .;;; ;! ;;| || || it | !!!!!!s■E| L4IT s 9�Fg8ga � n n C T� r y. sass xea I LTI e a a n n £ i 9 :ass n�z IT Change Order Proposal: 7339-02 24-Inch Access Manways Details: TRe We K a 5resa1owl or TNe—a„o[IMed w th me Im}ana}bn of IDe owner worded 24 .mh Mao.m. Y.wTo Install 24-Inchx4-Inch Tee ""'wT'"' OaD °iwAYi RgIh n— IlRlna ° InIe IleYr, Sales MR a MQICR MMMOER aSOSTaM ORIMRRY $ >T f $ 535UaERwnkmNt f as f D.5 5 Sa.33 Eq DRERaTOR N My f ri f 5 w OREMTOR ROUR[v 70 tABORFR: MOURN f L f bis lA S lR.SR TO URORG•ROURIx S %M S 5 MNBWG. ROURIY f nb S RSN S TDG ER: —a v f nim f Nl}I is I '-?TALI 5 92.3b I lwe Tw.nC— --- PER DIEM -Install 24-Inch x 4-Inch Tee emlwms wRw Nw" wam wamlr Dm Rw M.AR Dad}• ww.m r,.N IEeW hae T.}rsue4uly 43 MOttR MMMOG aSfnTANT wUMRn f m f $ SISUREMR NKW 1b 6DOREMTOR. R fty f Rm S I5 N 5 TON ER. 3m f m f 5 M.M Tmal 5 87.50 EQUIPMENT. Install 24r h.4lrl hTae Daw+IRIEaR --ft Rwa Irier, OIN. Dew Rala Cwa Onset w..MT Rap wRw an slu Mal^ Rau RTanue on saa opwwm ce9T- oRwwRe Ibua Doi / REnuR QIMINIT Faull191 Cm GT llS [aavww S UaSm f l9mm S11.mw S GTIN Euavalw xSm LTrim S S nUN.m S S LYb Relrulw WA 3a0 Rmlal S }la9m S 19nm S S a,LOO WRan www inR4 rifm f t%em S 5 alT Com — [ mm Nm f In. S EMpeee RaRRww I f In. S Mm [ TmRRumD I f f t)bm f S [ ANn Dww 3'A SID%Nx -.1 is umo. s s nx TOTAL 5 I SERVICES• Innall 2".h 441.11 Tee I ael renre I Oa,vMIRR I QIwwM I IAit I UNt Cert I m mm11nnnm IIIIIIIIIIIIII 1109911111989M IIIIIIIIIIIIII iiiiiiiiiiiiii Im IIIIIIIIIIHIM nommiaoom in00amnm� i 4_n 3 7 8 Y C Y IH ILI 2 I� No Text No Text No Text BENMARK SUPPLY COMPANY INC To: All Bidders Date: 8/23/2021 From: John Reinert Terms: Net 30 Re: Lubbock Additional BFV Item 1: Lot ea Additional Butterfly Valve (AV-TEK - Same as sold on Pipeline C) 1 ea 24" Double Offset BFV Flg x Flg $11,216.00 $11,216.00 20-24 Weeks on the 48" 10-12 Weeks on the 24" To save 4 weeks on each with air freight add the following 48" Air Freight $10,400.00 24" Air Freight $3,900.00 J Total Net Price This Item $106,232.00 Item 2: Lot ea Bolt Kits and Precast 1 ea 72" x 15' Precast Manhole w/ Flat Lid $8,121.00 $8,121.00 1 ea 72" x 10' Precast Manhole w/ Flat Lid $6,812.00 $6,812.00 2 ea City of Lubbock CI Frame & Cover "Water" $585.00 $1,170.00 2 ea 48" Flange Bolt Set for 48" BFV $3,012.00 $6,024.00 2 ea 48" Insulation Kit $1,271.00 $2,542.00 2 ea 24" Flange Bolt Set for 48" BFV $858.00 $1,716.00 2 ea 24" Insulation Kit $455.00 $910.00 Total Net Price This Item $34,599.00 Total Net Price For Alternate Items Listed Above All prices quoted include freight to jobsite. Applicable sales tax NOT INCLUDED. If you have any questions, please feel free to call me at 432-967-3346. Thanks for being our customer, John Reinert $140,831.00 BENMARK SUPPLY COMPANY INC To: All Bidders Date: 9/22/2021 From: John Reinert Terms: Net 30 Re: Lubbock Additional BFV Item 1: Lot ea Additional Butterfly Valve (AVK Valve) Double Offset 1 ea 48" Double Offset BFV Flg x Flg $44,560.00 $44,560.00 2 in In Stock as of today of each size Total Net Price This Item $54,670.00 Item 2: Lot ea Bolt Kits and Precast 1 ea 72" x 15' Precast Manhole w/ Flat Lid $8,121.00 $8,121.00 1 ea 72" x 10' Precast Manhole w/ Flat Lid $6,812.00 $6,812.00 2 ea City of Lubbock Cl Frame & Cover "Water" $585.00 $1,170.00 2 ea 48" Flange Bolt Set for 48" BFV $3,012.00 $6,024.00 2 ea 48" Insulation Kit $1,271.00 $2,542.00 2 ea 24" Flange Bolt Set for 48" BFV $858.00 $1,716.00 2 ea 24" Insulation Kit $455.00 $910.00 Total Net Price This Item $34,599.00 Item 3: Lot ea Steel Spools 2 ea 48" x 3' Steel Spool Epoxy Coated $5,910.00 $11,820.00 2 ea 24" x 3' Steel Spool Epoxy Coated $3,441.00 $6,882.00 2 ea 48" Butt Strap 10" Long $545.00 $1,090.00 2 ea 24" Butt Strap 10" Long $377.00 $754.00 Total Net Price This Item $20,546.00 Total Net Price For Alternate Items Listed Above $109,815.00 All prices quoted include freight to jobsite. Applicable sales tax NOT INCLUDED. If you have any questions, please feel free to call me at 432-967-3346. Thanks for being our customer, John Reinert New Mexico New Mexico Tap Master Inc. 3167 San Mateo NE #215 Albuquerque NM 87110 Phone (505) 595-4066 NM Lic. #396536 Quotation For: Taylor Kennedy Garney Construction 1031 Andrews Hwy Ste 304C Midland TX 79701 Cell: 806-662-7052 Email: tkennedy@garney.com • ' ■'+' ■ Date: Oct.1 st, 2021 Quotation#: Customer ID: Pipeline Specialty Services Quotation Valid Until: Nov. 1ST, 2021 Prepared by: New Mexico Tap Master Job Name: Lubbock TX Job Comments or Special Instructions: Customer to Provide Pipe OD/PSI and a Signed Quote prior to any material being ordered. MUST Supply All Ladders, Lifts, and clear Access to Waterline. Customer responsible for Concrete Thrust Block Large Excavator with Operator for placement of Equipment and have a tow behind air compressor at job site. Customer to safely store Equipment while equipment is on site. Prices are subject to change after 30 days due to current market shortages & rapid increases from Manufacture. All Material is special order NON -Returnable Salesperson P.O. Number Ship Date Ship Via F.O.B. Point Terms Paul Monahan Required COD Quantity Description Unit Price Amount 1 48" Single Linestops on Concrete Cylinder Waterline W/ 6" Blow Off $ 71,650.00 $ 71,650.00 Epoxy Coated Weld on Linestop Sleeve Line Pressure Must NOT exceed 10OPSI Linestop will be in Place for 6 Days while contractor completes work. After 6 Days Contractor will be charged $ 4,213.00 Per Day After 1 24" Single Linestops on Concrete Cylinder Waterline W/ 2" Blow Off $ 23,851.00 $ 23,851.00 Epoxy Coated Weld on Linestop Sleeve Line Pressure Must NOT exceed 10OPSI Linestop will be in Place for 6 Days while contractor completes work. After 6 Day's contractor will be charged $ 1,800.00 Per day after. 2 Mobilization included in above pricing Note: NO Flow for 2 days Max for both 48" and 24" Linestop While Waterline is being Tapped and Linestop Heads are placed into Pipe. Price includes 5 Tec on Jobsite for 5 days Welding on Linestop Sleeves Epoxy Coated Weld on Linestop Sleeves with Blow off Assembles. Tap Master Will Strip Waterline install Sleeves Pressure Test Tap Waterline and Insert Linestops. Contractor: Must supply and Install Concrete for Thrust Blocking. Must have Tow behind Air compressor at job site. Large excavator with operator to move and place all Linestop Equipment. Equipment is about 17,000lbs and 28' long. Stop Flow while Linestop heads are being installed in waterline. Contractor to 1 Bonding Fee ( Requested from Customer) $ 5,279.80 $ 5,279.80 1 Tap master to supply Butt Straps and Spool Pieces Material Only $ 36,479.30 $ 36,479.30 2gty 48"x 3' Flange x PE Spool Pieces ( Material Only) See Drawing 2gty 48" Butt Straps ( Material Only ) See Drawing 2gty 24" x3' Flange x PE Spool Pieces ( Material Only ) See Drawing 2gty 24" Butt Straps ( Material Only ) See Drawing Subtotal $ 137,260.10 Business Gross Receipts Tax Grand Total $ 137,260.10 *Please Submit Non -Taxable Transaction Certificates brianne(cbtavmasterinc.com or nicoleC-ia taomasterinc.com if applicable. NM CRS# 03-414869-00-8 If you have any questions concerning this quotation, contact Paul Monahan. Phone: (505) 377-3933 — Email: paul(dtaomasterinc.com THANKS FOR YOUR BUSINESSI CUSTOMER TO SUPPLY All Excavation, shoring (if required), ladders, scaffolding, man lifts, lifting devices and rigging for all equipment and materials, clear access to pipe, schedule all inspections, permits and taxes required. Crane, forklift, Backhoe, track hoe, to lift all equipment on/off trucks, into work area and set into place for all Hot Tap and Line Stop equipment 16" or larger and if TMI cannot get service truck within 10' of excavation, for 6"-12" linestops. Maintain a dry and workable environment within the excavation when possible. Chlorination of hot tap/linestop fittings and piping of new or existing. Containment and disposal for all spills, disposal of all asbestos pipe (including all cut outs, coupons from all hot taps), and any hazardous and or nonhazardous materials, and or liquids. Repair of any mortar lining/coating that may be damaged due to the hot tap or linestop insertion process for all CCP Pipe. Supply all lighting is work is to be performed after hours. All expedited freight cost for equipment and/or material requested by the customer. Coordinate with the City to isolate and stop flow temporarily for all linestops 16" or larger during the insertion of linestop(s) to ensure that the linestop equipment is not damaged during the process. Customer to verify all pipe OD's and submit a list prior to ordering all fittings. SPECIAL CONDITIONS Any materials ordered and returned will be subject to a 30% restocking fee. All special -order material may not be returned. Customer PO is required prior to ordering all materials. *This Quote is based on normal business hours (unless otherwise noted). Any delays caused on jobsite that are of no fault to Tap Master, will be billed Standby Time at $165.00hr. per Technician for standard rate, $195.00 hr. for overtime rate per Technician, and $250.00 hr. for Premium time per Technician*. A COD Customer Must Pay 50% up front before any Material can be ordered. Balance is due at Time of Completion of Job. Tap Master does not guarantee the retrieval of the coupon. Mechanical Failure could cause the coupon to enter the piping system. Hot Tapping generates cutting chips. These chips may also enter the piping system. Both chips and coupons can be carried a substantial distance by the flow. Tap Master is not responsible for retrieving the coupon or chips that may have entered the piping system and the customer agrees to hold Tap Master Inc. harmless from any damages or losses, direct or incidental, which might be caused by these materials. All cost associated with retrieving these materials will the customers responsibility. HOT TAPS/LINESTOPS ON CONCRETE LINED AND MORTAR COATED STEEL CYLINDER PIPE There is no guarantee the concrete lining will be fully recovered. Tap Master accepts no Responsibility of the recovery or repair of the pipe lining. Should part of the concrete lining be lost during the hot tap, all costs associated with retrieving the lining will be the responsibility of the customer. Tap Master will not be responsible for any pipe failure. MECHANICAL BOLT ON TAPPING SLEEVES All Mechanical bolt on hot tap/linestop sleeves are provided with a SBR or Buna Gasket material that can expand and contract with temperature fluctuations causing the fitting to leak and should not be installed on pipe temperatures exceeding 180 degrees. Tap Master cannot be responsible for any leaking sleeves due to temperature fluctuation of piping system. If fluctuation is present on piping system, please notify Tap Master to seek other alternatives. Hot tapping sleeves are only rated for 150psi working pressure. LINESTOPS Tap Master does not guarantee a 100% shut down due to unknown and/or unforeseen internal pipe conditions but will give a workable condition downstream of the linestop. Price is based on the information provided by the customer. Tap Master to be notified by the customer of any changes in the scope of work within a reasonable time and/or as soon as they are aware of changes. Price includes Linestop Fittings, equipment, and labor to complete. NM Tap Master makes no guarantee that the placement of the linestop head(s) into the pipe the Hirst time will provide a workable stop. It may be necessary to remove the linestops) and replace the sealing element. This is not considered delay of work at the iobsite. All Linestop fittings are rated to 150PSI (Customer to verify pipe pressure does not exceed 150PSI) Customer to Verify PSI and Linestop equipment to be onsite for up to (5) calendar days, (3) Technicians onsite for (3) consecutive business days at (10) hours per day. No weekend/Holiday's and or premium time included in costs. Each Additional day equipment to be onsite will be charged and billed at () per day per linestop unit. Plus, all man hrs. per day per man at hourly rate. MOBILIZATIONS AND ADDITIONAL COSTS Additional Mobilization Cost: ($2,500.00) Per Trip. Additional charges will apply for extra days on site, extra periderm costs, and Hotel costs. Should work be cancelled or rescheduled, Customer to pay all cost and expenses incurred by NM Tap Master. PUBLIC WORKS OR PREVAILING WAGE CERTIFIED PAYROLL If this is a Public Works, Prevailing Wage, or PLA agreement project requiring certified payroll please contact our office for a revised quote to include the additional labor costs if not noted on the quote. INSURANCE Tap Master supplies most standard insurance certificates. If this project is OCIP/CCIP insurance job, please contact Tap master for a revised quote. All Modified or Special insurances requests are priced on request. PAYMENT TERMS: NET 30 1 have read the attached quote, terms and conditions and any special requirements necessary to complete the work. I agree that the technical data is correct and that I understand "Customer to Supply" requirements. Should I have any questions or need to make any changes to this quotation. I will have contacted Tap master Inc. and requested a revised quotation prior to signing and returning this acceptance. Signature: Name: Title: Company: Date: Pipe OD: Wall Thickness/ Pipe ID: Type of Pipe: Class of Pipe: Line Pressure: Customer POM Prevailing Wage: YES NO EquipmentWatch. www. equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book@ Caterpillar 335F L CR Crawler Mounted Hydraulic Excavators Size Class: 40.1- 50.0 MTons Weight: WA Configuration for 335F L CR Bucket Capacity 2.2 cu yd Horsepower 199.8 hp._ Operating Weight 84604.6 Ibs Power Mode Diesel .; Blue Book Rates ** FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost=:' -- Ownership Costs Estimated Operating t:o January 15, 2021 FHWA Rate— Monthly Weekly Daily Hourly .:. sts Hourly Hourly Published Rates USD $17,740.00 USD $4,970.00 USD $1,245.00 USD $1.85.00 USD $74.76 USD $175.56 Adjustments Region ( 100%) � /%� Model Year (2020: 100°r%) Adjusted Hourly Ownership Cost (100%) �,• Y`47. Hourly Operating Cost (100%) Total: USD $17,740.00 USD $4,970.00 USDW,245.00 USD $285.00 USD $74.76 USD $175.56 Non -Active Use Rates ' :•Yr� Hourly Standby Rate USD $52.41 Idling Rate ,. USD $122.00 Rate Element Allocation , Element` :>z` } Percentage Value S Depreciation (ownership) 42% USD $7,450.80/mo Overhaul (ownership) 48% USD $8,515.20/mo J CFC (ownership) ' 3% USD $532.20/mo Indirect (ownership) > 7% USD $1,241.80/mo Fuel (operating) @ USD 2.5,3 `; 28% USD $21.20/hr Revised Date: 1st haif:201 These are the most aoturate rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for HEATHER MANNING (hmanning@garney.com) All material herein © 2003-2021 Informa All rights reserved. 6 EquipmentWatch- www.equipmentwatch.com All prices shown in US dollars ($) Adjustments for HEATHERMANNINGI in All Saved Models September 8, 2021 Caterpillar 349F (disc. 2019) Crawler Mounted Hydraulic Excavators Size Class: 50.1- 66.0 MTons Weight: NIA Configuration for 349F (disc. 2019) Operating Weight 217500.0 Ibs Power Mode Blue Book Rates " FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Esdmate.4 fOpetQting Costs: Hourly Hourly USD $265.00 USD $115.86 f' �yf act �o Ob$265.00 USD$125.86 Diesel Monthly Weekly Published Rates USD $25.285.00 USD $7,080.00 Adjustments Region (100%) Model Year (2019: 100%) Adjusted Hourly Ownership Cost (100%) Hourly Operating Cost (100%) Total: USD $25,285.00 USD $7,080.00 Daily USD $1,770.00 USD $1,770.00 FHWA Rate" Hourly USD $259.52 USD $259.52 Non -Active Use Rates Hourly Standby Rate USD $70.40 Idling Rate USD $174.84 Rate Element Allocation''` =: Element' Percentage Value Depreciation (ownership):. 38% USD $9,608.30/mo Overhaul (ownership) 51% USD $12,895.35/mo CFC (ownership) Z; 3% USD $758.55/mo Indirect (ownership) 8% USD $2,022.80/mo Fuel (operating) ® USD 3 27 % 27% USD $31.18/hr Revised Date: 3rd quarter 2021 These are the most accurate rates for theselected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cost Recovery P((JWu t Guide on our Help page for more information. The equipment repre 'rtted in this report has been exclusively prepared for HEATHER MANNING (hmanning@garn6Jy.'C Mtn) All material herein @ 2003-2021 Informa All rights reserved.Page 1 of 1 EquipmentWatch- www.equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book® September 2, 2021 Komatsu WA380-8 4-Wd Articulated Wheel Loaders Size Class: 175-199HP Weight: NIA rtidi661 ` I■ ��` Configuration for WA380-8 Bucket Capacity 4.3 cu yd Horsepower 191.0:trp. Operator Protection EROPS Power Mode Diesel Blue Book Rates *' FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate" Costs Monthly Weekly Daily Houdy- Hourly Hourly Published Rates USD $8.925.00 USD $2,500.00 USD $625.00 U.5f) $94.00 USD $33.62 USD $84.33 Adjustments Region (100%) Model Year (2021: 100%) Adjusted Hourly Ownership Cost (100%) Hourly Operating Cost (100%) Total: USD $8,925.00 USD $2,500.00 U$p $635,00 '' USD $94.00 USD $33.62 USD $84.33 Non -Active Use Rates h Hourly �f Standby Rate fY k• USD $31.44 Idling Rate {emu USD $62.33 Rate Element Allocation Element •. Percentage Value Depreciation (ownership) `-x • j 47% USD $4,194.75/mo Overhaul (ownership) '' {Fr• 38% USD $3,391.50/mo CFC (ownership) 3% USD $267.75/mo Indirect (ownership) x:;,` 12% USD $1,071.00/mo Fuel (operating) ® USD 3.27 :, 35% USD $11.62/hr Revised Date: 3rd quarter 2022. A :=':. These are the most accurMe rats for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. visit the C'o".§t,Ftecovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for DUSTIN CRONIN (dcronin@garney.com) All material herein 0 2003-2021 Informa All rights reserved.Page 1 of 1 � EquipmentWatch- www.equ ipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book@ Miscellaneous DSL 6X4 4000 On -Highway Water Tankers Size Class: 200 HP & Over Weight: 14000lbs DSL 6X4 4000 Horsepower Tank Capacity 250.0 4000.0 gal Power Mode Qje61 � Blue Book Rates " FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost.::.;' Ownership Costs 'fr.� Estimated Operating ' Costs Monthly Weekly Daily Noii/iyf� r� Hourly Published Rates USD $3,785.00 USD $1,060.00 USD $265.00 U$D $40.00 USD $31.08 Adjustments h Region (100%)- Model Year (2021: 100%) Adjusted Hourly Ownership Cost (100%) Hourly Operating Cost (100%) Total: USD $3,785.00 USD $1,060.00 X..MD 5265.00 USD $40.00 USD $31.08 Non -Active Use Rates Standby Rate Idling Rate r May 20, 2021 FHWA Rate" Hourly USD $52.59 USD $52.59 Hourly USD $14.41 USD $37.30 Rate Element Allocation N> Element ' Percentage Value Depreciation (ownership) • •: �• ffn. ' 51% USD $1,930.35Imo F: Overhaul (ownership) y° CFC (ownership) 33% 3% USD $1,249.05/mo USD $113.55/mo �' Indirect (ownership) f ' ' 13% USD $492.05/mo Fuel (operating) @ USD 2.53;.• 51% USD $15.79/hr Revised Date: 1st half 200J.=?; These are the mostKtXirfte-rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cftt:Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for DUSTIN CRONIN (dcronin@garney.com) All material herein @ 2003-2021 Informa All rights reserved.Page 1 of 1 EquipmentWatch- www.equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book@ Ingersoll Rand P185WD Portable Rotary Screw Air Compressors Size Class: 125 - 249 cfm Weight: 1955lbs May 20, 2021 Configuration for P185WD Air Delivery Rating 185.0 cu fUmin Horsepower Power Mode Diesel Blue Book Rates ** FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost: Ownership Costs Estimated Operating FHWA Rate" Costs Monthly Weekly Daily Rqurly Hourly Hourly Published Rates USD $985.00 USD $275.00 USD $69.00 USA $-1000 USD $9.82 USD $15.42 Adjustments Region (100%) Model Year (2021: 100%) _- : Adjusted Hourly Ownership::< _ Cost (100%)«.- Hourly Operating Cost (100%) Total: USD $985.00 USD $275.00 tKD $69.00 USD $10.00 USD $9.82 USD $15 42 Non -Active Use Rates ' Hourly Standby Rate;.. 'w, USD $1.96 Idling Rate USD $11.18 Rate Element Allocation Element >' Percentage Value Depreciation (ownership) 14*' w 27% USD $265.95/mo Overhaul (ownership) %•` 65% USD $640.25/mo CFC (ownership) 2% USD $19.70/mo Indirect (ownership) ;F _ 6% USD $59.10/mo Fuel (operating) @ USD 2.53 ;: °F. 57% USD $5.58/hr Revised Date: 1st half 2021 These are the moseacd4aw rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the l q..-Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for DUSTIN CRONIN (dcronin@garney.com) All material herein © 2003-2021 Informa All rights reserved.Page 1 of 1 '�," EquipmentWatch_ www.equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book® Miscellaneous 4 DIESEL/35MT Self Priming Trash Pumps Size Class: 3-4 Weight: N/A Configuration for 4 DIESEU35MT Cpb Rating 35MT Horsepower '•'454.0' Power Mode Diesel Pump Capacityf •.44000.0 gal/hr Pump Size 4.0 In Blue Book Rates• • . ;F FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estinlated operating cost. Ownership Costs Estimated Operating Costs Monthly Weekly Da4:. "::..:- Hourly Hourly Published Rates USD $1,350.00 USD $380.00 USD..$35.00::.::.; USD $14.00 USD $15.15 Adjustments Region ( 100%) Model Year ` (2020: 100%) Adjusted Hourly Ownership Cost (100%) • s. Hourly Operating Cost (100%) Total: USD $1,350.00 Usb-:-.s 0' USD $95.00 USD $14.00 ck USD $15.15 August 21, 2020 FHWA Rate" Hourly USD $22.82 USD $22.82 Non -Active Use RateshHourly Standby Rate USD $4.60 Idling Rate'; USD $17.75 S: Rate Element Element `'- Percentage Value Depreciation (ownership) 46% USD $621.00/mo Overhaul (ownership) 40% USD $540.00/mo CFC (ownership) 4% USD $54.00/mo Indirect (ownership) 10% USD $135.00/mo Fuel (operating) @ USD 2.40 671% USD $10.08/hr Revised Date: 2nd half 2020 These are the most accurate rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for DUSTIN CRONIN (dcronin@garney.com) All material herein 0 2003-2020 Informa All rights reserved. EquipmentWatchn www.equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book@ Deere 310SL Tractor-Loader-Backhoes Size Class: 24, to Under 15' Weight: NIA May 20, 2021 MIN Configuration for 310SL .. Drive 4WD Operator Protection EROPS' k Power Mode Diesel Blue Book Rates ** FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estifflatid Operating FHWA Rate" ^'? Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD $4,215.00 USD $1,180.00 USD $295.00 USD $44.00 USD $21.75 USD $45.70 Adjustments Region (100%) - Model Year (2021: 100%) - - - Adjusted Hourly Ownership Cost (100%) Hourly Operating Cost (100%) Total: USD $4,215.00 USD $1,180.00 USD 5Z89.QQ- . USD $44.00 USD $21.75 USD $45.70 Non -Active Use Rates Hourly Standby Rate USD $12.21 Idling Rate USD $33.68 Rate Element Allocation Element Percentage Value Depreciation (ownership) 38% USD $1,601.70/mo Overhaul (ownership) 49% USD $2,065.35/mo CFC (ownership) - Y v' 4% USD $168.60/mo Indirect (ownership)' 9% USD $379.35/mo Fuel (operating) @USD 2.53 45% USD $9.73/hr Revised Date: 1st half 2021 : • w' These are the most accurate rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cost `E;tQctivgry Product Guide on our Help page for more information. The equipment r6oresented in this report has been exclusively prepared for DUSTIN CRONIN (dcronin@garney.com) All material herein © 2003-2021 Informa All rights reserved.Page 1 of 1 EquipmentWatch. www.equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book@ December 8, 2020 Hamm 3205PB (disc. 2013) Single Drum Vibratory Compactors Size Class: 5.0 - 7.9 MTons Weight: 129411bs Configuration for 3205PB (disc. 2013) Drum Type Padfoot Drum Width 54.0 in Power Mode Diesel ' Blue Book Rates NY�y. ". ** FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost: Ownership Costs EAtmated Operating FHWA Rate -- "'costs Monthly Weekly Daily Hourly' `, Hourly Hourly Published Rates USD $3,270.00 USD $915.00 USD $230.00 USD $$6.60 k o, USD $21.70 USD $40.28 Adj ustments10 Region ( 100%) % i:. =• r, Model Year (2013: 100%) Adjusted Hourly - Ownership Cost (100%) + Hourly Operating Cost (100%) Total: USD $3,270.00 USD $915.00 USDS23040 USD $35.00 USD $21.70 USD $40.28 Non -Active Use Rates ;y� Hourly Standby Rate + USD $13.38 Idling Rate USD $22-59 Rate Element Allocation; ` Element ;`s• `v:•: `• Percentage Value Depreciation (ownership) N 53% USD $1,733.10/mo Overhaul (ownership) Y 28% USD $915.60/mo CPC (ownership);. 8% USD $261-60/mo Indirect (ownership) �; '+��; 11% USD $359.70/mo Fuel (operating) @ USD 2.40 ' :..''%, 18% USD $4.01/hr Revised Date: 2nd hAff 2020 These are the most s> Curate rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for HEATHER MANNING (hmanning@garney.com) All material herein 0 2003-2020 Informs All rights reserved. IOtlnrOnrrff tlffrrr//f//nrrnrnl/� ffff�bb/r/�/fr// ofofffofofff u u u u fffofffor ioffff fff /rr/b/ Haan ddddd aa9i1� iiiii7l7ie33liAilB!!ii!!!1!!I!itiiiillleBPliliiiPilliiltie������ ��$ ������ aaal� � " ' Y F ss ssa ss d m R Y Y V YlYYYMYfYBYMfYOY PY E 8 dda s a„a$a3aa�aaaab➢aya € e 9➢ P'P'PI➢➢➢P1I9 P➢IP PiI $I $$ ➢ 9 jigs gF /n9..a sEnaea. 3.8...9 I i D x It No Text CP-003 Traffic Rated Valve Vaults on 26th Street and Antenna Relocation rM§NICNOLS PROJECT Low Head C Pipeline OWNER City of Lubbock BUILDER Garvey Companies DESIGNER Freese and Nichols, Inc. CM Bret Calvert Change Proposal PROJECT NUMBER 15477 CP No. CP-003 CP Description COP Details: Air Valve installations along 26th Street- RCP003 1) Modify the air valve assembly on the Low Head C Pipeline at Station 1+07.63 (on the revised alignment that is part of the current change modifications) by: o Install valve assembly in a Type "B" Manhole with traffic rated components; o Installing a 2-inch air valve assembly instead of 4-inch assembly; o Install a 2-inch outlet in the 24-inch blind flange for the valve assembly; o Use a 2-inch stainless steel ball valve for isolation instead of a gate valve; o Route air vent piping below grade to fenced area next to electrical pad (coordinate final location for candy cane in the field with City); o Turn over 4-inch air valve assembly to City as spare parts; o Install a 4-inch blind flange on the 4-inch flanged outlet. 2) Replace existing 4-inch CAV on Bailey County Line Station 400+80 with an 8-inch CAV as indicated on sheet DT-11 with the following additions: o Move the vent piping from the south side of the vault to the north side of the vault. o Seal the penetration in the vault where the existing vent piping is removed. Modify BFV's and Manholes and Relocate Antenna- RCP0021. Relocate electrical pad and communication antenna shown on Sheets WL-1, DT-11, and E-3 detail 1 so that the southern most edge of pad is 50 feet north of the existing 36-inch water line. 2. Modify proposed BFV and MH at LHC PL STA 0+99.63 by: a. Flipping the MH and actuator to the north side of the proposed pipe. b. Modifying the MH from the detail shown on DT-5 to the traffic rated detail shown on DT-6. c. Modifying the actuator attachment by removing the floor stand bracing plan shown on DT-5 and directly mounting the motor actuator to the proposed BFV so that it will fit inside the traffic rated MH. d. Add to the MH at STA 0+99.63 a 2-inch sump rated for a flow of at least 30 gpm with maximum 1/2 HP 115V,1-phase motor rated for continuous duty. Add four 316 SS float switches and 2-inch PVC piping routed from the sump pump through the MH wall with minimum 2' cover to adjacent storm drain. Add pump control panel and associated instrumentation at the electrical pad shown on sheet E-3.3. Modify existing BOV manhole on the Bailey County Pipeline Contract B to be traffic rated by removing the existing manhole and replacing it with a traffic rated manhole as shown on DT-6 Detail 5.4. Modify existing BFV manhole on the Bailey County Pipeline Contract B (STA 389+95) to be traffic rated by removing the existing manhole and replacing it with a traffic rated manhole as shown on DT-6 Detail 5. 5. Modify the proposed improvements for the existing BFV at Bailey County Pipeline Contract B STA 389+95 by removing the contract requirement for installation of a motor operator. The existing BFV and actuator can remain in place as currently installed once the traffic rated manhole is in place. Specification N/A Drawing / Detail N/A NOTIFICATION BY BUILDER The Builder proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment and requests that you take the following action: Purpose of Change Proposal Response to RCP Requested Action Issue a Work Change Directive or Change Order for the described change Basis of Compensation Lump Sum calculated using Cost of Work provisions in General Conditions paragraph 13.01 Required Documentation - Detailed cost breakdown attached showing labor, materials, equipment, and all other costs for this change - Schedule attached to show impacts and justification for requested change in Contract Times Total Change Proposal Amount $1,439.20 Adjustment in Contract Time 0 days Attachment - - 3Modificationat26thandUplandas0utlinedinRCP-002andRCP-003- Ryan Moloney-Pending.pdf Submitted By Ryan Moloney Date 10-21-2021 CONSTRUCTION MANAGER'S RESPONSE Recommended Basis for Compensation: Lump Sum calculated using Cost of Work provisions in General Conditions paragraph 13.01 Authorization to proceed with changes must be approved by the Owner through Change Order in accordance with the Contract Documents. Status Recommended for Approval Action Final Distribution Comments No final comment. Attachments CP-003-COP-003Modificationat26thandUplandas0utlinedinRCP-002andRCP-003-Ryan Moloney-Pending.pdf Response By Bret Calvert Date 10-22-2021 Page Left Intentionally Blank City of Lubbock 1314 Ave K Lubbock, Texas, 79401 Attn: Josh Kristinek 1030 Andrews Highway, STE 304C, Midland Texas Phone: 816.741.4600 www.garney.com 10/21/2021 Re: Request for Change Proposal No. 002 - Modify BFV's and Manholes and Relocate Antenna Request for Change Proposal No. 003 - Air valve Installations along 261h Street Dear Mr. Kristinek, Garney has evaluated your request for the modifications to the contract documents as outlined in RCP - 002 and RCP - 003. Garney has provided the following costs associated with the changes in CP-003 following this cover page. Garney would like to propose an increase in contract time of 0 days for the additional work in Change Proposal 7339-03. In accordance wi a onditions of the Agreement - Article 24, Gamey would like to propose a Lump Sum Price $1,439.20 f4r the Extra Work detailed out in Change Proposal 7339-03. Sincerely, GARNEY COMPANIES, INC. ney Project Manager CC: John Turpin, Bailey Ratcliffe, Nick Lester, Michael McBee, Bret Calvert, Taylor Kennedy City of Lubbock — Lowhead C Pipeline COP — 003 CONTRACT MODIFICATION REQUEST OWNER: City of Lubbock 15477 CONTRACTOR: Gamey Construction 7339 CM: Freese & Nichols (Bret Calvert) LUB19278 ENGINEER: Freese and Nichols (Michael McBee) LUB19278 CHANGE PROPOSAL NO: 003 COP Details: Air Valve Inatallatlons alone 26th Street- RCP003 1) Motlily Me ar valve assembly on the Low Head C P pe ire at Statio n 1+07.63 (on the revaed alignment that is part of the current change modifications) by o Install va ve assemblyin s Type B- Manhole with traffic rated components: o Inslaliirg a 2 inch au valve assembly na[eatl of 44nch assembly; o Install a 2 inch outlet •n the 24 rich blind flange for the valve assembly: o Use a 24nch stainless steel bat, valve for -solation instead of a gate valve; o Route a r vent p.ping below grade to lanced area next to wectdcal pad (coordinate fina, location for candy cane •n the field with Cdy o Turn over 4 rich a r valve assembly to City as spare parts: o Install a 4 rich bind flange on the 4 inch flanged oust. 2) Replace existing 4 inch CAV on Bailey County Une Station 400+80 with an 84nch CAM as indicated on sheet OT 11 with the following additions o Move the vent p.ping from the south sale of the vault to the north side of the vault o Seal the penetration in the vault where the existing vent piping is removed ModiW BFV'a and Manholes and Relocate Antenna-RCP002 1 Relocate electrical pad and comm—cation antenna shown on Sheets WL-1 DT-11 and E 3 detail 1 so that the southern most edge of pad is 50leet north of the existing 3&inch water I ne 2 Modify proposed BFV and MH at LHC PL STA 0+99 63 by: a Flipping the MH and actuator to the north side of the proposed pipe. b Modifying the MH from the data I shown on DT 5 to the traffi:: rated data: shown on DT-6 c Modifying the a-tuator attachment by removing the floor stand bm.;,ng plan shown on DT 5 and directly mounting the motor actuator to the proposed BFV so that it wi I fit inside the traffic rated MH it Add to the MH at STA 0+99 63 a 2 •nch sump rated for a flow of aleast 30 gpm with maximum Y. HP 115V. 1-phase motor rated for continuous duty Add four 316 SS float switches and 2-inch PVC piping routed from the sump pump through the MH wall with minimum 2 cover to adjacent storm dram Add pump control panel and associated instrumentation at the electrical pad shown on sheet E 3 3 Modify existing BOV manhole on the Be ley County Pipeline Contract B to be traffic rated by removing the existing manhole and replacing it with a traffic rated manhole as shown on DT-6 Detail 5 4 Modify existing BFV manhole on the Bailey County Pipeline Contract B (STA 389+95) to be traffic rated by removing the existing manhole and replacing it with a traffic rated manhole as shown an DT-6 Detail 5 S. Modify the proposed improvements for the existing BFV at Bailey Count' Pipeline Contract B STA 389+95 by removing the contract requirement for installation of a motor operator The existing BFV and actuator can rem n •n place as wnently installed once the traffic rated manhole is in place Item # Engineering Directive # Description Qly Unit Cost Per Extended Cost Owner Item D.23 Eliminate 1 Each of Motor Operated Actuatoir and Manhole for ExistingBFV 1 EA $ 20,000.00 $ 20,000.00 #1 Costs for Associated Changes in RCP-002 and RCP-003 1 LS $ 21,439.20 $ 21,439.20 $ $ Total $ 1,439.20 Contractor: Gamey Construction Date: Recommended for Payment by Engineer By Date Approved for Payment by [OWNER] By Date By Ryan Moloney Approved for Payment by Construction Manager By WCGZF 10/22/2021 Date Approved for Payment by [OWNER] By Date | | | | | ��| ||'f! ,.|•! �|�|| fit `| ,| | | ..__I ,,..! | |I | !,|`| | | | BENMARK SUPPLY COMPANY INC To: All Bidders From: John Reinert Re: Lubbock Additional BFV Item 1: Lot ea 4" to 2" Air Valve Change 1 ea 2" Combination air relief valve 2 ea 2" x 6" SS Nipple 1 ea 2" SS Ball Valve 1 ea 4" DI Blind Flange $970.00 $970.00 $22.00 $44.00 $118.00 $118.00 $44.00 $44.00 Total Net Price This Item $1,176.00 Total Net Price For Alternate Items Listed Above $1,176.00 All prices quoted include freight to jobsite. Applicable sales tax NOT INCLUDED. If you have any questions, please feel free to call me at 432-967-3346. Thanks for being our customer, John Reinert BENMARK SUPPLY COMPANY INC To: All Bidders From: John Reinert Re: Lubbock Change Order Items Item 1: Lot ea Concrete Change Items 2 ea 72" x 18" Flat Lid $1,425.00 ea $2,850.00 1 ea 60" x 12" Flat Lid $1,125.00 ea $1,125.00 3 ea 30" Bolted CI Ring & Cover $514.00 ea $1,542.00 6 ea 30" Poly Adjusting Rings $82.00 ea $492.00 1 ea BFV Actuator -$9,100.00 ea -$9,100.00 Air Valve Manholes Station 0+93 to 1+07 - No Change Station 12+35 to 12+50 - Add 2' Riser 1 ea 2" Concrete Riser Secction $450.00 ea $450.00 Station 24+00 to 21 +97 - Add 2' Riser 1 ea 2" Concrete Riser Secction $450.00 ea $450.00 Blow Off Manholes No Change to Blow -Off Manholes Station 2+75 to 2+59 Station 29+25 to 29+22 Total Net Price This Item -$2,191.00 Total Net Price For Alternate Items Listed Above-$2,191.00 All prices quoted include freight to jobsite. Applicable sales tax NOT INCLUDED. If you have any questions, please feel free to call me at 432-967-3346. Thanks for being our customer, John Reinert �.1� x��"� - '� x`" ire'• -` 4 fi fir. � •Y'I � �� �..-r 7F i'ti � Yan. r7 �. To: All Bidders From: John Reinert Re: Lubbock Pump Items Item 1: Lot ea Pump For BFV Vault 1 ea FL51M-2 Pump 115V, 1/2HP 1 ea NEMA 4x Control Panel 3 ea 3 Float Bracket Kit 25 ft Power Cord .Not Included: Piping out of vault; SS Guide Rails or Lifting Chains Total Net Price This Item $3,286.00 Total Net Price For Alternate Items Listed Above $3,286.00 All prices quoted include freight to jobsite. Applicable sales tax NOT INCLUDED. If you have any questions, please feel free to call me at 432-967-3346. Thanks for being our customer, John Reinert Quoted By: Rusty Buckley Low Head C Pipeline Lubbock, Tx. This project is quoted- Non AIS or Buy America [a BENMARK SUPPLY COMPANY INC Bid Item #D23 EMO Actuators f/Exist BFVs 1 ea EMO F/ 36" BFV $9,100.00 ea $9,100.00 1 ea EMO F/ 30" BFV $9,100.00 ea $9,100.00 2 ea 72" X 11' Precast Vault- Type A Cover $5,145.00 ea $10,290.00 2 ea Aluminum Ladder to fit 72" ID Vault $413.65 ea $827.30 2 ea Valve Stem Extension $428.45 ea $856.90 4 ea Stem Guide w/Brz Bshg (367-4960) $167.50 ea $670.00 SUBTOTAL- Bid Item #D23 $30,844.20 WCD-001 Exploratory Work for PS 7 24" Waterline Replacement OWNER: CONTRACTOR: CM: ENGINEER: Garvey Construction Freese & Nichols (Bret Calvert) Freese and Nichols (Michael McBee) WORK CHANGE DIRECTIVE WORK CHANGE DIRECTIVE 15477 7339 LUB19278 LUB19278 001 wcD Details: Exploration Work Necessary to confirm diameter and pipe type of the exiting 42/48 — Inch Water Line in front of the storage business north of Marsha Sharp & West 29th Drive. Exploration Work Necessary to confirm diameter and pipe type of the existing 24 — Inch Water Line on the south of Marsha Sharp & West 29th Drive. Exploration work necessary to locate the existing 20 — Inch Water Line location in relation to the 42/48 Inch Water Line connection point. If it is not located at the connection point then an attempt to locate it on the west side of 29th drive will be made. All exploratory work includes the use of Hydro Excavation by Riley Industrial, a Garvey 335 Excavator, and a rental WA 380 loader. If anything, additional is needed this proposal will be revisited. Item # Engineering Directive # Description Qty Unit Cost Per Extended Cost #1 WCD - Exploratory Work - Do Not Exceed Price 1 LS $ 57.526.41 $ 57,526.41 Total $ Contractor: Garvey Construction Date: 09/03/21 Recommended for Payment by Engineer B y 09/03/2021 'cam Date Recommended for Payment by Construction Manager By 9/03/2021 Date BY v an Moloney Approved for Payment by City of Lubbock By $ 20,944.49 09/03/2021 WCD1001 PS 7 Exploritory Work, Time and Materials Totals 9/7/2021 to 9/10/2021 $1,655.11 9/16/2021 $7,701.51 9/17/2021 $9,055.18 9/20/2021 $2,532.69 Total $20,944.49 Exploratory Exhibit for r.r t�- WCD-001 2a. If 20-in WL is not crossed in`4: #1, trench parallel to 29th drive �� f from property line of lot 5105 to . Stop Sign. l' •i 1. Dig trench here to locate 42/48-in line to verify diameter ,t and to locate the 20-in line. ` * , Goals: i 1.) Verify Diameter of 42/48-in line 2.) Verify that line stop location will be downstream of where the 20-in 4 line ties into the 42/48-in line. a h 2b. If 20-in WL is not crossed #1, trench parallel to driveway f '' - from side walk to line. - �+ property � .T- �fl i M loom _. , MA o■ Carney 1031 Andrews Highway Ste 304C, Midland, Texas, 79701 m�rsnaunwry Phone: 816.741.4600 www.garney.com City of Lubbock 09/01/2021 1314 Ave K Lubbock, Texas, 79401 Attn: Josh Kristinek Re: Exploratory Work Near Marsha Sharp Dear Mr. Kristinek, Garney has evaluated your request for the exploration work to confirm the pipe type & diameter of the existing utilities including the 42/48-Inch WL, 24-Inch, and 20-Inch located along North Marsha Sharp. Please see the attached Change Order Proposal 7339-03 which includes costs associated with the exploratory work detailed out in Work Change Directive 001. A scope breakdown is included following the Work Change Directive Cover Letter. Garney would like to propose an increase in contract time dy 5 days. Garney would like to propose the Work Change Directive in the Not to Exceed amount of $57,526.41 To proceed forward with the anticipated project schedule, this proposal is considered good for 5 business days to help provide expedited services in lieu of Valve Lead Times. This proposal represents the direct cost of the referenced work only. If additional work is required as a result of this change due to circumstances outside of Garney's control, this will be discussed and addressed under a separate cover. Sincerely, GARNEY COMPANIES, INC. Ryan Moloney Project Manager CC: Bailey Ratcliff, Michael McBee, Bret Calvert, Taylor Kennedy City of Lubbock — Lowhead C Pipeline Exploratory Work GENERAL SCOPE OF WORK PROPOSED BY GARNEY: • Exploration Work Necessary to confirm diameter and pipe type of the exiting 42/48 - Inch Water Line in front of the storage business north of Marsha Sharp & West 29th Drive. • Exploration Work Necessary to confirm diameter and pipe type of the exiting 24 - Inch Water Line on the south of Marsha Sharp & West 29th Drive. • Exploration work necessary to locate the existing 20 - Inch Water Line location in relation to the 42/48 Inch Water Line connection point. If it is not located at the connection point then an attempt to locate it on the west side of 29th drive will be made. • All exploratory work includes the use of Hydro Excavation by Riley Industrial, a Garney 335 Excavator, and a rental WA 380 loader. If anything, additional is needed this proposal will be revisited. City of Lubbock — Lowhead C Pipeline Exploratory Work `|§;; E-§§ �§�|| \� | |� ----- �i ----- ||| §;;.. | || ' § | \\| | ------ f||� -|":; 1,2. a | |i |\\\}E I � | | � § !| \)))k � EquipmentWatch. w. w.equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book@ January 15, 2021 Caterpillar 335F L CR Crawler Mounted Hydraulic Excavators Size Class: 40.1 - 50.0 MTons Weight: WA Configuration for 335F L CR Bucket Capacity 2.2 cu yd Horsepower 199.8 hp Operating Weight 84604.6 Ibs Power Mode Diesel Blue Book Rates ** FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost: Ownership Costs Esttrnattl Operating FHWA Rate" costs Monthly Weekly Daily Hourly ::: Hourly Hourly Published Rates USD $17,740.00 USD $4,970.00 USD $1,245.00 USD $1k;00 USD $74.76 USD $175.56 Adjustments Region ( 100%) Model Year (2020: 100%) Adjusted Hourly Ownership Cost (100%) Hourly Operating Cost (100%) Total: USD $17,740.00 USD $4,970.00 USD$1,245,00 USD $185.00 USD $74.76 USD $175.56 Non -Active Use Rates max• Hourly Standby Rate _ USD $52.41 Idling Rate; USD $122.00 Rate Element Allocation Y Element :r Percentage Value Depreciation (ownership) <' 42% USD $7,450.80/mo Overhaul (ownership) 48% USD $8,515.20/mo CPC (ownership) w, J •: 3% USD $532.20/mo Indirect (ownership)<,. ` ` . 7% USD $1,241.80/mo Fuel (operating) @ USD 2.53. 28% USD $21.20/hr Revised Date: 1st half 2021 These are the most accurate rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for HEATHER MANNING (hmanning@garney.com) All material herein © 2003-2021 Informa All rights reserved. C EquipmentWatch. www.equipmentwatch.com All prices shown in US dollars ($) Rental Rate Blue Book® September 2, 2021 Komatsu WA380-8 4-Wd Articulated Wheel Loaders Size Class: 175-199HP Weight: NIA � a � Configuration for WA380-8 Bucket Capacity 4.3 cu yd Horsepower 191.p.hp. Operator Protection EROPS Power Mode Diesel Blue Book Rates *' FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate" Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD $8.925.00 USD $2,500.00 USD $625.00 Usp $94.00 USD $33.62 USD $84.33 Adjustments Region (100%) Model Year (2021: 100%) �•, ham: Adjusted Hourly Ownership Cost 100% ' -A Hourly Operating Cost (100%)" Total: USD $8,925.00 USD $2,500.00 U505625 ow"' USD $94.00 USD $33.62 USD $84.33 Non -Active Use Rates ' Hourly Standby Rate ' USD $31.44 Idling Rate, F USD $62.33 ,A Rate Element Allocation Element Percentage Value Depreciation (ownership) 47% USD $4,194.75/mo Overhaul (ownership) 38% USD $3,391.50/mo CFC (ownership) .-. 3% USD $267.75/mo Indirect (ownership) 12% USD $1,071.00/mo Fuel (operating) @ USD 3.27 35% USD $11.62/hr Revised Date: 3rd quarter 2021..::.. These are the most accurate rates for the selected Revision Date(s). However, due to more frequent online updates, these rates may not match Rental Rate Blue Book Print. Visit the Cd$,tf2acovery Product Guide on our Help page for more information. x: f• The equipment represented in this report has been exclusively prepared for DUSTIN CRONIN (dcronin@garney.com) All material herein © 2003-2021 Informa All rights reserved.Page 1 of 1 s s � � p� WCD: 7339-01 09/16/21 Gay WCD Daily Details: Riley Industrial mite for daily rate to hydro excavate the 42'/48' and 20' Imes in front of the storage facairy. wDyAreallo wwTBA Found 42'/48' line and have searched multiple locations for the 20' line and have not round It yet. Mobilized 335 excavator and joint box to 29th street. Talked with Suddenlink representative (Chris Graham - BOb7777.2446) onslte and discussed location of live fiber and shadow wdult In relation to • he 24' waterline on the south side of Marsha Sharp Oaasllkatbn Urs81Nd4«d Baf4 Ms. FOR RM Mallon 7.0% hMa scoria nx un n. «wm cMbO 4-1 S.«% Gxn 114aURY hnw4nM 1.78% A«rbn (ESOP) 12.000 9«den Haiti) I.- llewry13.s1y I.- �Maa 111, c" 0-- sbo 9.50% N4%w AOwRH S4•s3/hOrO lPir-40) S S.% T+oaO lW InnO4M4 (MHNOx40) VMYH WdlkMAgow%R4 wNwaMaNs V4NtN rSNI «d MWH4wH4 S ASO Rtladwlk« KUMIDOI caw Oxo- �slpAIO:LI'1s CON Regular,na Tb Noun 0-Time Noun SUGGESTED BIUNG RATE UMngbnMM 0.60% un-ox OnR (T-1 l.)f% 43MOIECTMANAGER ASSISTAMPMMMY f 0.72 S M2 S 0.24 S 0.72 $ 2.12 s 0.11 S JIM S 1.41 s 1.43 S 2- S 3A> $ 5.% S O.W S S.W S 4.50 S 1654 $ 1- a $ 612.36 43 PROJECT MANAGER ASSISTANTSECONDARY f 3].83 S 2..1 5«S as $0 SUPERINDENT . .2 0.3 S 302 S 0.% S 6.% f IA6 S lAb S ).le S 5.01 S 506 S 0.10 s l0S s 453 600PEMTOR: HOURLY 5 3].]5 S 3.13 S 0.17 S 0.49 S 158 S O19 S 3.1.1 S 0.97 S 0.97 S 1.67 S 2.M S 5.. S 0.01 S S S 47.28 S 61.27 3 $ 141.B3 70 LABORER: HOURLY $ 23.Do S l.N S 0.1I S .11 S 1.35 f 0J9 S 2.N S 0.11 f 0.)> f 1.3215 2.09 S 5.% I S 0.01 S S is -Is s0.16 1 10 S 385.38 LWgT4rmC- Short T4ror Cmn PER DIEM Drys for this work Monthly iw DHm wadiMg Days Month DaOy, Pxr Glen, Fuel HPPO Food TowSubson- 43 PROJECT MANAGER. ASSISTANT PRIMARY l.W S Lroo. 22.W S n.21 $ Ti.27 s3SUPERHTENDEN7 ow S 1350.W 22W S f02.21 S 51.14 60OKUTOR HOURLY 0.50 S RW.W 22.0) S %.. S 18.18 70U60RER HOURLY ].W S 4W.W 22.00 S 36.36 S 36.36 TDTu $ 182.95 EQUIPMENT Dassliptbn llaurh Razz,Onsib Hours Dilly RMe Drys Grist. w«kM Rm W441a On Ss, MemhhY Rats Months On Ill. «rM 0kn Cost/IN. 0"'0" Noun DaMry/ Pick Up Ouanmy Ext4MN Torsi CAT 335 E-ta, $ 18s.W 4.00 f 1.21S.W $ 4.970.00 S 1774o.W f )lM 1.W i %s.W IOU S 1,854.52 Rpninu WA 330 Rental S . S 625.00 S 2.- f A92S.W S 3362 f %50o S Worry Trench Box S O.W S 0.W S 0.00 S 0.W S O.W S 35000 1W S 350.00 John Deere 310 S %W $ 240.00 S 900.00 S )A2S.W S 21.29 S S S TOTAI f 2.204.M MATERIALS WndOr R414nnc4 Dount"U ll D«mhv Unit Ynt Cost ExbMaO Cast 5 S To7u $ SERVICES VmWwISub-. R4fer4n« Description cluantty tlnN Unk [oH Ext4nd.a Cqt Potholing Senkes($250MR) 1 2.500.00 5 ).•i:m': Hx.nns Batkful Materul la Pothalry 85.00 S S Toni $ 2,S00.00 Summary: TOTALS okest c0ual4bw s Lt.." S 1a2.% S 2.104.52 s 5 2. W.W S 1.2a1.s9 S owocl rahrw.m Okeaf C9ua[9•dOmml ren cwawlww, Cara SWaenu4M rmiraaah See EMT,Tanaaaw NMYYm TOTAL COST S � |� | $� ----- �| 99t Z:t:4 i \}} \ § ||| � || z3 its jr, lz �§ | .zt zt § | ! ;;;;. ■ |� � !«;; " $! !;§|; E �.. .| $ | ! ! | ,-----� ,| S C� i 0 r: o 0 33336666 i 8 8 rzstaz P_ �P FF- $ Y p R k i Y Y C 3 g r Y N iF 3 Revised Signed and Sealed Plan Sheets Associated with CO-001 15464 ACRES$TA0+94.63 I �� EXISTING 36'x36'a36'TEE SPRINGS TIE -INTO EXISTING I IW _ - �I 4 OUSHLAND 36' WATER LINE CCFN 20160296 1 a _ 1 I RE: DT-12 ,STAO-99.62 1 I li INSTALL' INSTALL: FLANGE .V & I. INSULATING KIT.2 I < N 7271852.75 RE: 8/CP-2 � I 3 E 910490.01 S 1-INSULATING FLANGE STA1+0763 STATION, RE:3/CA.1 TEST 1 1. I •1! STA 0+94.fi3 ON �I I INSTALL:- N7271852.53 Z•ALG'V IE 910485.00-FIBER } OPTIC GROUND BOX 33 0 I, N 7271853.14 IRIIRY MARKER GER4 �^ RE: FD-01 & fD-02 E 910172.01 _ 4 CW R'EA' I/ ) EN 7271952.5L BARESPE 1 910485.00 MR, V: S1EY/M WA R13 DFLETEM-X1 '145V FLE%BASE E PAVEMEMREPAI 0 RiG-OF-WAF CONTROL POINT _ F BCWFL IS P= • RIGHT W - - STA 2-59.23 � INSTALL: - - PI STA 1N2.65 17 A p C 90'43'20' E IN ROAN N 7271854.77 7496. � I-BOV N 7271738.36 4 E 910433.03 ��g(+y01 Otl E 930437.03 302f/f lh STRUT. PI STA �' p O'OT299.1: • N 7271739.36 .. F 910433.06 y.:.. 1 Yl n, I NODITION �L$ 8252, PG 2i wF�J { _ . I (OT /-A►►►���TTTI"' t,ASEY do MELISSA Wl'ERfVTE CAUTIONIII _ +1+' I CCFN 2007D24896 NG UF6MMUUND AND - F ACRES JM gl gFlENEOUNCAN A I 2705, UPLAND A RHLADUTIUTIESINTFIEA 48 HOURS PRIOR TO ENWELGE 'ROOSED FIBER VOL 271 Tx'' STRUCTION CONTACTPLAND AVE. INNER DUCT, 26 D3 UPL A>� `� - --� - -1 NO-DIG-TE55 SEE VVV NOTES PROPOSED 36'WATER LANE - ORK 0 RE. FD-02 -i_' DGT�-C� �- - NOTEs Qi Qg iFSSONERS CW- MINUTE$ DULY 22. 1 16 - ` 0�0i G T-1 1. CONTRACTOR SHALL VERIFY LOCATION y 0 _ LOCATION AND DEPTH OF ALL 1$ .;�-- G 0 _ r UTIUTIEI PRIOR TO BEGINNING OF CONSTRUCTION. e �F �G _ Z 2. WORK LIMITS ARE SHOWN ON --HIS SHEET. ROAD CROSSINGS CjT r _ _ '- m ARE TO BE OPEN CUT ONE LANE AT A TIME. CONTRACTOR SHALL CIE[ ` ^ MAINTAIN TWO LANES OF TRAFFIC ON UPLAND AT ALL TIMES, C 245Y FLEXBASE ANOCONSTRUCTTEMPORARY BYPASS IF NECESSARY. �255Y FIE%BATE f 195Y FIEXIMSE PAVEMENT REPAIR, D - PAVEMENT REPAIR, RE: 1/DTI.1 LD 3. CONTRACTOR WILL BE REQUIRED TO PREPARE AND SUBMIT FOR J ;` _PAVEMENT REPAIR, RE: 1/DT-1+ APPROVAL ATRAFFIC CONTROL PLAN SEALED BY LICENSED sa, ISTMEMs �.M YHr� RE 1/DT1 PROFESSIONAL ENGINEER REGISTERED IN THE STATE OF TEXAS, �p - •d �' "''f3 PRIOR TO CONSTRUCTION STARTING. CONTRACTOR SHALL 2 5TA 6.65.23 FOLLOW THE LATEST EDITION OF TEXAS MANUAL OF UNIFORM INSTALL: TRAFFIC CONTROL DEVICES (TMUTCD) AND ALL CITY RULES AND 1-UTILITY MARKER REGULATIONS. ;F I N7271332.46 4. CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE. N 10420.2.46 E 930410.10 1q TRAFFIC SW TALL TIMES. ES. ALL TRAFFIC CONTROL ONTRMAINTAIN SAFE h RES SHALL IN S.ALLTRAfFICMANUAL OF UNIFORM SHALL BE IN ACCORDANCE WITH T%DOT'S MANUAL OF UNIFORM ` ^ TRAFFIC CONTROL DEVICES. Y W t S. PIPELINE SHALL THE STREET ON THE SIDE Of THE Z W + PIPELINE FURTHEST FROM THE STREET J � J � W 6 LL a .0Q m V ZOO 3330 Q v Z 0 W Q = O Z + 3 Jq� 0 J ._ 3320 3310 =o3300 '�_�� rwl 3290 3270 32 LSO ®Err�3rrrEr�o o wlw4�e1�wi11wI�M wrr�E 3250 3230 4+00 0+00 2+60 2+0.0 3+00 4+00 �5+00 o®' SCALE IN FEET HOR120NTA1 0 10, 20• SCALE IN FEET VERTICAL 6+00 7+00 a+DD 9+00 ISSUED FOR CONSTRUCTIOP W L-1 7 �_- - j5TA 10.15.23 ;' J1-fIBEROPTICGROUNDBO%, M1' INSTALL: <I—A11.4523 t� INIT F� 1UTILRYMARKER, L -: 7f� �1RE: fD-03 & FD-02 LNTA] ON, ::'. yRE FD-01 & FD-02N127092.6a N7270732 77E910408.92 .E 910100.94D003$70 j JOE Sc .'•�OR nry�, I'.c�CENO I AMANDA2RITTER I NO FVE PROPOSED FBEa . VOG A2. 466ggLE�� �E++ �, s ;�r �.t:� 11. INNER DUCT, SEE NOTE 4 FDo2 :'C7M&760 } '. 4c. ':-LANE, AVE CONTROL POINT j CPl CCFN 2011015534 7210 30th STREFT PROPOSED 96' WATER UNE - Ky O S ' r COM SSI RS COURT MIN G c G G J = F t98.t 3t fRE: UPLAND INVESTMENTS, -_C' _ Q CCFN 201F029517 23 SY FEE%BASF PAVEMENT REN110., �� RE 1/DT•1 -� i C STA 17.6S.23 i INSTALL: 1-FIBER OPTIC GR01 L �•. " 1-UTILITY MARKER, `'�g{{•' RE: FD-01&FD-02 # ,N 7270233.03 I E 910384.98 ill I STANLE/ R�•�1 -c - G. ..--___G .-- Ct0 c— C 6�4 G pT -IS 5Y FLL%BASE 25 SY FLE%BASE SIT SY FLE%BASE - L PAVEMENT REPAIR, PAVEMENT REPAIR, PAVEMENT REPAIR, +J PE: 1/DT-1 RE: I/DT-1 RE: 1/DT•1 1 t 0 ACRE t.p��� I. - - 10: E 'MANUEL @ 3ANIE XLORES CI P'CRC¢I+C yATNAN 5TI F RAN k 8TL'iIiWCRq$$ I fCFN 200G018155 2017 1 OC@a D13yi, - 2802 UPLAND AVE. 2 � s. ."�0 =�hG R✓F-, y #'. I"A 12 SO.M - Ay ,INSTALL.- 1-CAVn N 7270747 SS R _ E 910401.41 9 r �Al... E r.. 1I s 'r•.,+ �C i TIN CAUTIONIII :'�{•~I iS, CC EOVERGUN i SIN HE Syg ,o' i �'•JS LOj011 OVERHEAD UTILITIES IN THE AREA HOUR$PRIOR TO iS CONSTRUCTION CONTACT - _ 1.80D-DIG•TESS S �� R O - O 1 00 FN 1 0 ACR' IAEL k CRY57 C 0 2 [ 0 cy I SCALE IN FEET $ X8 HORIZONTAL 3 R 0 10, 20, g E SCALE VERTICAL i R } NOTES [[[ 1 CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF ALL UTILRIES PRIOR TO BEGINNING OF CONSTRUCTION. 2. WORKUMRS ARESHOWNONTHIS SHEET. ASPHALT PAVING IS NOT TO BE DAMAGED. IF CONTRACTOR DAMAGES THE ASPHALT PAVING R WILL BE THE RESPONSIBILITY OF THE CD CONTRACTOR AND NO SEPARATE L J O PAYMENT WILL BE MADE Z + 3 CONTRACTOR SHALL MAINTAIN VEHICLE ACCESS TO HOMEOWNERS, ` W J LIO LL WHOSE DRIVEWAYS ARE CROSSED BY THE PROPOSEDPIPELINE 1 i O Q ALIGNMENT, AT ATAlL TIMES. � N v0 u < 4. FIBERINNER DUCT SWILL BE Z Z Q INSTALLEDON THESIDEOFTHE PIPELINE FURTHEST FROM THE Q STREET p LLI Q Z Y V 3 dgCA O 0. J N ISSUED FOR S STALL: 5.23 �I I STA 20.95.23 �� I INSTALL: dl I Iw I ' 7 1.7E5T STATION, B 1LEV680PTIC GROUND [WLL i PI HILL ADDITION REEVfi8131 1 momw LOT$ 1-6 N7269I/CP-1 PROPINNER SED DUCT, .� RE: FD;L.3f,02 _ 1709, P N )269903.19 INNER DUCT, N 7269G83.31 E910374.45 Y SEE EFOTE _ E910367.a2 J7 I $DNN 5@R I MIC..AEdw1 101Ef:+E 7Z,17N14 I L TTB J 1 O ICHR15T0 KRISTIN SANCHEZI V0 20AN A 7 • 1 cfka L2}Af 114A4Cr ., I MARCU C��.y,TJpj41 T 1 IMLLIAM MA� DINE 1 EL �1 VOL. PG. 89 L 3111 UPLAND A3E CCFN 201601349p 321 UPLAND AND AVE , - -I- -3ZD9 SSA AVE. - - - — J PROPOSED 36• WATER LINE , WORK UMRS O F R' - 00 p '. $ LANp.OVFNIIF� ►1f C REv1ACE 33 5Y REPU[E 16 SY :•�++u1 REPLACE 22 SY - REPLACE 15 SY " REPLACE 22 SY �-� REPLACE 26 SY -t U _ CONCRETEPAVEMENT, CONCRETE PAVEMENT, CONCRETE PAVEMENT, _ CONCRETE PAVEMENT. CONCRETE PAVEMENT, CONCRETE PAVEMENT, • pE. DT1 RE DT 1 RE: DT 1 t ,; ' RE' DT1 RE DT-1 RE: DT-1 _ { yr A,i•. Q NAN iE VEGA STA 21.97.79 Sf Ell •'3DD21UPLAND:A06E3,�;,•S��' y.'7�i4'-���`• i �s• ;�li".,i'�r:'.'• ��,t,-aPL,.i �t.+^'II.:],•� r��,���• :X'�'' :�%r.'s, +}spits r•.,;i r.;(�f ^i �r _ S rJ i' 'i . t ! f ,l. f s+ :t1L, ! f IIL ' v—• r_ , ~ 1••1y 77�✓ F••f al E+Tt1 }4 1� �T 1i9':� r �i-y'j. i!'. t�V, , frc �`p�•4.7+Li yfl} �1�1E��1• T1L�' .!{�' L�Iy.:t.'�iTTy!t.rR•.7�N'.'7!iilk. 5.4F%:S•?.7il,;i�-":• :S ...... m MEM 3 �pR S$.''�I , .•• ai,,E��� DA. `Ar �{ '."• n 6 L.. 9263„AG 3 AND CAUTIONIII E%ISTINGUN6' Q UUNDAND +-c-���'. 6 �; l� OVERHEAD UTILITIES IN THE AREA 48 HOURS PRIOR TO i! „P: 1 �� ��' N �S L CONSTRUCTION CONSTRUCTION CONTACT"` I N CON f iN-•- S6"' .>WU N 0 40 w PLARV W Z SCALE IN FEET HORIZONTAL,: 0 10, ® 20' >Z^ lit �-• 0 REPLACE 32 SY PAVEMENT, L.7 H SCALE VERTICAL ; CONCRETE RE. DT-1 NOTES. I CONTRACTORSNALLVEMFY LOCATION AND DEPTH OF ALL UTILITIES PRIOR TO BEGINNING OF CONSTRUCTION 2 WORK LIMITS ARE SHOWN ON THIS SHEET ASPHALT PAVING IS NOT TO BE DAMAGED IF CONTRACTOR DAMAGES THE ASPHALT PAVING IT WILL BETHERESPONSIBIUTYOFTHE O CONTRACTOR AND NO SEPARATE W O PAYMENT WILL BE MADE Z W 3 CONTRACTOR SHALL MAINTAIN J VEHICLE ACCESS TO HOMEOWNERS, W LA. WHOSE DRIVEWAYSARE CROSSED BY THE PROPOSED PIPELINE a d ALIGNMENT, AT ALL TIMES. Z a H 4 FIBER INNER DUCT SHALL BE u O O INSTALLED ON THE SIDE OF THE PIPELINE FURTHEST FROM THE m Q Z i Z ~ O STREET. O = Q = O Z Sa g` o a E T fii lij PI STA 27.32.4 C 1'48'12' EIF jjj I , N 7269266.32 ■ E91035411 ! CONTROLPOINT . STA 27H1.06 NSTALL CP2 11ASING TEST STATION, RIE:2/CP•1 N 7i69i67 70 + I INSTALL 2- 6- FIRE OPTIC CONDUITS E PID353.73 (150 LF SI AND 2 O ' n N - N � STA 27+15 23 -+} INSTALL 1-FIBER OPTIC GROUND BOX, ELEV 694.90 RE FD-03IS FD-04 N 7269283.51 - • E 920354.66 f�f� CAUTIONIII 3rti-'i L STA 29.22 70 EXISTINGUND AND (C(} INSTALL OVERHEADRIOR TO UTILITIES IN THE1 GOV726 AREA RUCTIO S CONTACTR N 72690]6.61 CONSTRUCTION CONTACTE 910360.85 PROPOSED FIBER 3.800-DIG TESSINNER DUR, TEMPORARY SEE NOTE < STA 34+25.001 O b CONSTRUCTION RE' FD-02 UV ASSEMBLY EASEMENT N 7268574.60 O E 910344.94 NOTES' (401FMISDLFI 0537 ACRES "PROPOSED%'WATERLINE n S&S COMM RCIAL PROPERTIES. LTD 20.53J ACRES M = VOL. 10361. PG. V 5BLS COMMERCIAL PROPEB rLRI. Q 1. CONTRACTOR SHALL VERIFY lOGTION AND DEFT _--OIIE--.— _ VOL. 70361;rPE;. .:_ H WORICUMI�{ R .wE— _ HOF ALL 13 Y`V —� '• _� W CONSTRUCTION. PRIOR TO BEGINNING OF •N OMEN" L Z 2. WORK LIMITS ARE SHOWN ON THIS SHEET. ROAD A p _ __ CROSSINGSARETOBEOPEN CUTONELANEATAex `'�'B� UPLAND AVENUE �- — ->` v aiRAFFICONuvuNDATALLTIMES,LL MAINTAIN ANDUNES x„ SECROV,14&CXAk' - ---- �, Q CONSTRUCT TEMPORARY BYPASS IF NECESSARY. .F 3. CONTRACTOR WILL BE REQUIRED TO PREPAREAN1yt tl g SUBMRFORAPPROVAL ATRAFFICCONTROL PLAN SEALED BYALICENSED PROFESSIONAL ENGINEER ,T[ _ _ _ _ _ �_"'�"UOT�vCF REGISTERED IN THE STATE OF TEXAS, PRIOR TO I _ CONSTRUCTION STARTING. CONTRACTOR SMALL 0.9.A 0. ACC�$ES l • ❑96 ACRES ,9d - FOLLOW TXE LATEST EDITION OF TEXAS MANUAL ML A VE RICI�ftDS_�` �_ ME 1�rL E ARMSTRONG7 L�5 OF UNIFORM TRAFFIC CONTROL DEVICES CCFN -H 200 0329E cy L!"5266. PG. 102 .48, X4 (TMUTCD( AND ALL CITY RULES AND REGULATIONS .? 04 UPLAND 0 340B UPLAND AVE U. UP �"' 4 CON TRACTOR SHALL PROVIDE APPROPRIATE N STA 28+B0.9a STA 18.80 78 i ei'\ �' SIGNAGE, BARRICADES, FLAGMEN, ETC. REQUIRED N 3691181 INSTALL. 4� 2.72 ACRES TO MAINTAIN SAFE TRAFFIC FLOW AT ALL TIMES. E 930354.0.1-FIBER OPTIC GROUND BOX DAVID & MAURINE MYERS ALL TRAFFIC CONTROL MEASURES SHALL BE IN 1-l1TILTTY MARKER �,,Y y� PKI{ V0L 6287, PG. 250 ACCORDANCE WITH TXDOT'S MANUAL OF O . AE: FD-03&FD-04 *! 7 2 UPLAND AVE. UNIFORM TRAFFIC CONTROL DEVICES. O • N 7269117 % ,;1� w + E 910354.04 +.p- •^ S. CONTRACT OR SHALL MAINTAIN VEHICLE ACCESS Z L3J rl TO HOMEOWNERS, WHOSE DRIVEWAYS ARE J (Y) ATALLTIMES. CROSSED BY THE PROPOSED PIPELINE ALIGNMENT, W lW L F C Q Q bn. 6. FIBERINNER DUCT SHALL BE INSTALLED ON THE ie 0. Z a • SIDE OF THE PIPELINE FURTHEST FROM THE O� !.3 �•. a STREET o 2 O 0 3330 D Q 5 Z Nor 3320 "m millZ3270 O w Q 2 Z+ 3 agN o Vf � a � SCALE® 2 HORIZONTAL SCALES 4 VERTICAL WL-4 27+00 28+00 29+00 30+00 31+00 - — 32+00 33+00 34+00 35+00 --- 36+00 " 371 ISSUED FOR CONSTRUCTION 5E' 10 PM DMe:10/]1/2011•J6PM V1o1 W:07930 FFnumel N. WfIMnNi,rr\WneNne\NNM1C•M-WATMI.M 15582 ACRES •-PROPOSED FIBER INNER INNER DUCT. UC ESTATES TRUST 1 8854 RE. FD-02 772VOL14 5501n STREET ACRES OWNERS' O LS FARM OWNERS' NON CORP 0 VOL. 6311• PG 104 104 + Ln Il PROPOSED 36'WATERUNE -I WORK LIMITS z 2 _ Q — - - --�•—G11E ii STA 77.00.00 INSTALL - i'� STA 81 INSTAL STA 80+20.00 NSTAII. E-CASING TEST STATION 130 OF I CASH G PIPE 3E: 2/CP-1 F'�"- 47263982.04 YTUNNEU E :910195.31 < N tl i 15.582 ACRES ESTATES TRUST of 4� VOL 8854, PG. 84 g 7214 SOL, STREET r 1-FIBER OPTICGROUND BOX J I" N 7264301.87 r ..o-- 1•UTILffY MARKER DP RE: FD-03 & FD-04 E 910105.73 IN 7263977.04 Q 5TA 7T+50.00 E 910195.15 INSTAL: 14IBER OPTIC GROUND BOX .per Si,1-UTLfTY MARKER 40 ACRES RE:fD-01&FD-0Z OUNAN FAMILY LIMITED PARTNERSHIP VOL 9540. PG. 189 - "'^ E 910104.30 CAUTIONIII EXISTING UNG R�fiMND AN 'A 81-80.00 OVERHEAD UTILITIES IN THE STALL AREA 49 HOURS PRIOR TO CASING TEST STATION CONSTRUCTION CONTACT 2/CP 1 1--910-DIG-TESy�S 71190111 72638230 � /1NI7V _` 92 ACRES OMMY FOR 8288, PG. 180 0 0675 ACRE'.• 01 SOLI STREET L$ -r ARM OWNERS' NON -PR C VOL. 8288- P0. 20 - r Ln _ Q 04V IN FE 7 -�'�83400--�_BaOy°0 - to HORRII20NTAL } ^ f 0 IV 21Y Jj [ I J SCALE® S:CA?✓ Q7C'AV' -� - = VERTICAL 1611 : .. }h' A! - V NOTES' h t72-63834.09 PG. 41-.1 1 CONTRACTOR SHALL VERIFY LOGTION AND DEPTH OF All T—=U61UTILITIES PRIORTOBEGINNINGOF T-.� YCONSTRUCTION. 03.a.�--"' 2. WORK LIMITS ARE SHOWN ON THIS STABZ-00.00 SHEET. ASPHALT PAVING IS NOT TO INSTALL BEDAMAGED. IFCONTRACTOR 1•f18ER OPTICDAMAGES THE ASPHALT PAVING IT 9 ..UTYMARKER 1-11 WILL BE THE RESPONSIBILITY OF THEOF NE/4 0.E FD-03&FD-04 CONiMROR AND NO SEPANATE V FAMILY PARTNERSHIP N7263802.13 PAYMENT WILLBEMAOE. W 0 L 9540. PG. 183 E910189.a5 Z W Ln 3 CONTRA ORSHALLMAINTAIN J J Ln VEHICLE ACCESS TO HOMEOWNERS, WLL Q WHOSE DRIVEWAYS ARE CROSSED F d O Q BY THE PROPOSED PIPELINE = ALIGNMENT AT ALL TIMES. CL Z d In 4 FIBER INNER DUCT SHALL BE m V < O 3330 INSTALLED ONTHESIDEOFTHE j Q 6 Z PIPELINE FURTHESTFROMTHE Q STNEET W p x zt 3320 3 dgIn C) CL Q 5+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 94+00 W2112.M M NMR..4 NNM�.N1WMPMwMtwMr .cv.vnc.n.w.,m2.4.. H WL-9 FOR CONSTRUCTION sea 1s \ ♦. �.ns�� -..._. .. _ I ti PNE1GROVE ESTATES \\,�I,\ ♦>�r -�.� .."'^"'--1 '; OTS 1-7{ AND TRgOTTTSSS��� A & 8 Il VOLT 1637. PC. 9�5 ¢ r*42 hy! I �"rh_ L 1 CAUTIONiIIE%ISTINGr OVERHEAD U N7ME06 AREA 48 HOURS PRIOR TOr a. . CONSTRUCTION CONTA uwip 1400-DIG _1i~ it 11t g� AJiI=.S ~. \\ 0.47 ACRES LOT r REPLACE 65 _ �3 !�- r STA 121.39.43 �ELSE1!PART LA SPEC ���qJJ,� gOBERT WELCH CONCRETE PAVEMENT, t I•TESTSTATION, _ .. CCFN =�+]o.'S.'. - • \ VOL. 780, PG. 555 " CCFR 2009015130 GI `� RE:I/CR-1 212 591h STREET RE. or1� N� 1� p G 'REPLACE 30U \ 5809 UPLAND AVE. II " N72606W.26 UN N OWNERSFII' + + �' 2<'CMP CULVERT, \ \ V E910093.79 7211 591 STREE- + RE: DT-1 \ PROPOSED 36' WATER LINE g e-R _.._ roXE—.r __ •M� e-I \ pp - SCALE IN FEET yy HORIZONTAL w - .'.. .. _ _ ___ w 0 111 101 -i Z •485. A„ 433��� - 4 Z J - _ SCALE ALE IN FEET x J_ z LANDA ENUE = NOTES VERTICAL VO4�\ 6, • y. 4l j INSTALL: 1 LOCATION AND SHALL H OF A �'�• T^' i� 55' RICHT=OF=WAY'b P L. -- 1 _ 1•fIBER OPTIC GROUND BOX a UTI,MENAND DEPTH IN All _ _ �._UR—� _ _ _ _ Ya..L7J. 1-UTIUIY MARKER _ UTI�RIES PRIOR TO BEGINNING OF Y RE- F"I 111.1 CONSTRUCTION - _ .y. i', T. .l. ,�^ N72608C<76 2 WORK LIMITS ARE SHOWN ON THIS PROPOSED FIBER REDUCE 28 SY 'l • E 9100934 '• SHEET ASPHALT PAVING IS NOT TO CONCRETEPAVEMENT, INSSTA IOBH7977 -' INNER DUCT, INSTALL rrrr.+.-.� CONTROL POINT ram_ BE DAMAGED IF CONTRACTOR SEE NOTES ;RE: DT-I \ \ IUTILRY MARKER CP9 DAMAGES THE ASPHALT PAVINGIT - RE: FD-02 \ ;' KEN & D AH HAWLEY a r PAUL & MELI.DA-AGE 1{ 11[2 833, PC WILLBETHERESPONSIBILRY OF `f OF RE 6119 FD-02 H r VOL 9833, PG. 275 601n - DUHAIf �YPSHIP \ N71611937S CCFN $ 0622 w J JTXE CONTRACTOR AND NO 'F • 9 STEk w 730t 59t33 S T th + V PG. yi 4 i♦♦ E9101aA9 Ir 40r A 1 SEPAMTF PAYMENT WILL BE MADE.Z W�L ♦ i N 3 F r j 3. CONTRACT ORSHALLMAINTAIN1LVEX1ClE ACCE55T0 HOMEOWNERS,1 WHOSE DRIVEWAYS ARE CROSSED sp t Y`` \\ ♦ ♦ . •I 1 d R LQT ii- BY THE AUGNMEOP PROPOSED PELINE R TIMES. d C 0 ~ . `X, � \\ ♦ ♦ LOT 35-8 1 LOT dbJ5-7a, a EINNMALL O U a N 3330 INSTALLED ON ME IDE OF 3330 PI EU EFURTHEST SFROM THEE i Z STREET. O w Z Q O S =Z+ " 3 ago All p a rl J Q xa �� "e E W L-12 104+0D lOS+00 1D6+D0 107+00 208-W 109+00 110+00 111+00 112+00 113+00 114M0 [MEET a ISSUED FOR CONSTRUCTION 16 Not DHe:10/21/m214:55 VM PIH W:PMm Iuvume:x:SWruWnwip WNMme Wl<W- T-Axy ��- •I ` - - _ - 1 I I STA 117.59 SS I STA 120.86.9i PROPOSED FIBER EX. 16' WL TO BE I INSTALL INSTALL: PROTECTED ; J I I STA 120.]9.M I 1 3UTILITY MAF INNER DUCT, .I I 1•F BE R OPTIC GROUND BOX SEE NOTE 4 PROPOSED 36' WATER LINE I RE FD-01 & FD-02 INSTALL: > I I N 7259917.16 RE FD-02 N726024446 1.TEST STATION, LOT 15 - j I E 930073 )1 RE:1/CP-1 E 910066.02 1 < COT k N 7259924.75 STA 115.14.63 HARRY SITU Ji O + INSTALL: CCFN 2008010 47 1 ISTANS ALL .63 '�_E91006334 I-CAV 7212 61s1 STREET INSTALL 68 PG 67 'REPLACE II SY+.N 7260489.26 aa > ! I 1{AV 1 7211 61 t STREET eX ,-E 9100B1.64 f - I N7260189.42 CONCRETE PAVEMENT. I I E 910071.92 RE: DT•IO YL r W F21 - _ _Z 118+00 1B 119W0 =T UPLAND AVENUE a OFi•WAY Dy PLATE%1171NG24LCMP CULT.. NLVERT - 0 ..r��— --• �OHE � - r 1 CO CP 5 f-m PUEN 1 % 5TA 120.87 }.-. CAUTIONIIOLI " E%ISTNG60n ND ANI YI OVERHEAD UTILITIES IN THE ;.- AREA. 48 HOURS PRIOR TO CONSTRUCTION CONTACT 1•B00.OIG•TESS LOT 45 JD & CYPIL DOUGLAS VOL 6629. PG. 109 O 7208 ,63rd STREET O T M B N n .• U1 c IT W VOL. 9833, Tj75 i i 45.222 ACRES DC 7}01 601n STREET j A A l.Sgpyu 0 2 A FAMILY HARVEST CHURCH, INC. v~I�ee LOT 41 2 Of066 SANG VOL 8547, PG. 48 7yp1A 4 117259911.19 710 PLAND E910D63.10 1 LIDA� I IO107 3320 I.s3300 .w.,��e.�wrr..r.� Mf 3280 3270 �����✓®����ilr=�� ®n® 3260 114+00 115+00 126+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00 u1.:44 rM Flol e.:onlo Fuxaxr x: wnAlHwn...lw.mnMlcv.xnc.rowArw:.e.. MIA R 1160 0 4. w EEEE SCALE® 0 10, 20 SCALE IN FEET NOTES: VERTICAL ; - y G; J t TRACTOR SMALLfC 1. CONTRACTOR VERIFY AND DEPTH All VTUTIESPRIOR TO BEGINNING Of CONSTRUCTION. 2. WO LIMITS ARE SHOWN ON TM'i SHEET ASPHALTPAWNGISNOTT0 BE DAMAGED FCONTRACTOR DAMAGES THE ASPHALT PAWING IT O WILL BE THE RESPONSIBILITY OF THE O CONTRACTOR AND NO SEPARATE + PAYMENT WILL BE MADE LLI en Lu 3 CONTRACTOR SMALL MAINTAIN Z J cq Y-I VEHICLE ACCESS TO HOMEOWNERS, - WMOSEDRMEWAYSARE CROSSEDBY F a cLL O Q THE PROPOSED PIPELINE ALIGNMENT, AT ALL TIMES. C 1 N 4. FIBER INNER DUCT SHALL BE 1[ ma = 0 INSTALLED ON THE SIDE OF THE J Q g F PIPELINE FURTHEST FROM THE Z Q STREET O L1J O 3 >g� o dQ IN 10mal ll WL-13 FOR CONSTRUCTION " 19 fl� .�3 arm EE�jj TA 1 - t 637, j1 :. =F CAUTIMM a ,'�'S• F E%GTINGEAD UTIL'ITI IN THED 7 OVERHLA HOURS PRIOR THE [[ ' I AREA. 48 HOURS PROP TO AN CONSTRVC110N CONTACT + -•Iq W e• ..•.-_ n I I [E.910029." .29A3 r, W EXISTING MAIL BOX 1•BOODIG•TE55 8 PROPOSED FIBEP > I'y TO BE PROTECTED TATION, YPj H-6 t NNER DUCT GOT 7F 1 L m 3 SEE NOTE BRANDON 'ANDER50N < 1 PORRGYY � 7RAC7 il' . 1 RE FD-02 _ CCFN 2007037132 0 MA cyp �d. 7530 m a -- 7506 63F0 STREET w I 8R E :.-VOL..Gtl' L. r0.EPLACE 375Y SAJY0 R yC•-- VOL. L 51 CD AO r 7`, CONCRETE PAVEMEM, •-- FN 12 6409 UPLAND REPLACE 20 SY _ RE OF 1 VJORKUMIB P0.0POSED 36' WATEP LANE 0$1P A CONCRETE PAVEMENT, J of RE: OF 0® $$ n } ua y(f00 126 �00 Y 3 4- SCALE IN FEET HORIZ AL ONT 128+00 1 _ �31+00 3_ V 1a' i0� _ 4..SCAL IN FEET _ Fiji 2I _ 3 4 CAL UPLAN —VENUE NOTES: V — REPLACE 2.68 LF EXISTING r 55• RICHT F-WAY by PLAT 19'CMPCULVERTS 1. CONTRACTOR SHALL VERIFY Q �._ I --- _ HIOH S-WAY LOCATION ANO DEPTH OF ALL 00T1ES PRIOR TO BEG NNING OF CONSTRUCTION. REPLACE 5I SY A ` 2. WORT. ASPHALT A PAVING I O ON TT STA 125-00.00 CONCRETE BE DAMAGED IF CONTRACTOR TO INSTALL: PAVEMENT, RE- OF .-'. J+'O, ACRE$ T DAMAGES THE ASPHALT PAVING IT 0 45.222 ACRES 1-FIBER OPTIC GROUND BOX 2p,40 ACRES eIUDY & VAN ALSUP '06 WILL BE THE RESPONSIBILITY OF THE 0 �.NILY HARVEST CHURCH, INC. 1-UTIITY MARKER '� VOL. 3368, PG 100 CONTRACTOR AND NO SEPARATE + VOL 8547. PG. 48 - RE: FD-01 & FD02 AMILY HARVES' CHURCH - STA 128+S0.06 6502 UP ' AVE. PAYMENT WILL BE MADE LLI N 10117, PG 235 INSTALL _ E 93004LLJ 590.47i 1 IUTITTY MARKER ! .� 3 CONTRA OR SNAIL MAINTAIN Z J N 72S9FD-54.S2 2 - Y VEHICLE ACCESS TO HOMEOWNERS, ly - LL N 7259154.Si .10. DRIVEWAYS ARE CROSSED � � O¢ Q 'E 910033.38 I - BY THE PROPOSED PIPELINE O F AUGNMENT,ATALL TIMES. Y a i a N AL—_ 4. FIBER INNER OUR SHALL BE m V = O INSTA LED ON THE ..,-� SIDE OF E 3330 PIPELINE FURTHEST FROM THEQ g Z O STREET O LyJ _ Q = Z+ 3 agN o d� J Q LLn 1 9 3 � 3280 3270 r a B 9 E B -r� -- ai V 3260 3250 s5eJ Q 5 3230 W L-14 123+00 124+00 125+00 226+00 227+00 128+00 1 sea ISSUED FOR CONSTRUCTION zo vin cal•: I4/xl/x4x1 •:•6 PM vlel Rr:0x930 Hkn•ine:x: cannon.ImLwne.lin�cvxnc.n.wATimx.ara �rBkml�rn..E■� ■rr�kkkwi>��ws MATCH LINE STA 132+00 yy , / Pa?270,V OP TRACT ' - ACME BRICK COMP ? f MCG K GEORGIA I 3]pF CO. TOMMY & EUjABETH SINCL'AIR .' >� 3r �L CCFN 20170453d$ 113 SANTE FE C ^ 9 STA 133.00.00 INSTALL: 1a- _ $ VOI. 7751, PG. 202 0. 17.25PL1P 65D3 UPLAND AVE, D�IRACT 'A' Q A, TRACT �' 1 FIBER OPTIC GROUND 1•UTIITY MARKER BOX - "RR STA 138+50.00 Q2 ,7• INSTALL 61 V 96 LF OF 60" CASING RE: FD-03&FD-00 N 72SB7OS.21 E 930029.53 EXISTING FIRE HYDRANT i TO BE PROTECTED i • STING POWER 1-FIBER OPM GROUND BOX 0 1-UNUW MARKER ra _ RE: FD-01 FD-02 f^. p1Y71, N7258607.84 $I PIID PE BYTUNNEL/BORE r: - llE%ISTING SPEED J/`{��y�-'` 1 UMIT SIGN TOBEPROTECfE3POLE +i,/,�� E9305�26776 rE9f0562.86 ... • \ .. R i TO BE PI STA 13N35.06 f lySp l P STA 133*92111 ^ PROPOSED 36' WATERLINE 1 - - V" - „• " - p 38'3330' i pRy� . 51 214 3M 1028 SY OF STA 138�80.00 N 72S867016 bF N72SB62439 YID GUCHE INSTALL. E 910028.39 ' �l 1110"2,11 2 PAVEMENTREPAIR _PROPOSED FIBER 1 STALLCASINTFST STATION, RE. 4/DT.10 INNER DUCT, SEE NOTED RE:2/CP 1 RE-FD-02 N72S8608.17 �{ • i STA 236r2A.63 • • E 91DS52 86 EXISTsag To STOR SIGN jj ,V DRAINAGE DIT[H `INSTALL. INSTALL' R TO BeBPROTECTED i CONTROL POINT (BY OTHERS) 1 TYRE B TRAFFIC 1 GV = • r - ZT W31 RATED VAULT LID N1258616.94 >, r - E9f028].6C f Y 1i- 'W-atc - il• � a: r � 3320 3310 3290 3250 3300 1 3260 1 FJ= CAUTIONIII y �` E%ISTING UN R ROUNDAND �•- , ^ OVERHGD UTILTIES IN THE AREA 68 HOURS PRIOR TO CONSTRUCTION CONTAR 1.8DD•DIG•TESS ^d Q ® I3 Q D® $ OR20~; I N 1MAL 3 0 10 20 [ SCALE®; VERTICAL y i } NOTES f 1 CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF ALL UTILITIES PRIOR TO BEGINNING OF CONSTRUCTION 2 WORKUMITS ARESHOWNONTHIS SHEET ASPHALT PAVING IS NOT TO BE DAMAGED. IF CONTRACTOR DAMAGES THE ASPHALT PAVING IT WILL BE THE RESPONSIBILITY OF THE CD CONTRACTOR AND NO SEPARATE + PAYMENT WILL BE MADE LLI 3 CONTRACTOR SHALL MAINTAIN Z J VEHICLE ACCESS TO HOMEOWNERS. WHOSE DRIVEWAYS ARE CROSSED BY THE PROPOSED PIPEUNE r i O Q ALIGNMENT, AT ALL TIMES. F A. FIBER INNER DUCT $HALLEE m y 00 INSTALLEDONTHESIDE OFTHE j Q Z F PIPELINE FURTHEST FROM THE a Z Q CD STREET O Lu = + QZQ O J a •M-F ISSUED FOR v ��- %� R�+�•'T�g,�'�.,1 ETE CONTROL POINT f .'+ f '._ �' S EXISTING MAIL BOX 'y '�• CUIIBAi�Cil CPl6 _ REPLACE 14 SY TO BE PROTECTED `y 1 5 CONCRETE OAVEMEM, Z'`�REg S 0-' PI STA 157W1.58 CAUTIONIII RE OT-1 EXISTING-UN-5ERMNDAND OVERHEAD UTILITIES I ITHE rrREFUM-7SY CURB AN N�7' FCOfJE>tFTf 2p3 PAN IS '�{ yp4\. 2 FTf E91237a.03 EE( 1 _ p10Ni • ° AR EA. 48 HOURS PRIOR TO ;T CONCRETE PAVEMENT. P3. V' pG.6 906 G�h CONSTRUCTION CONTACT RE DT-1 .tAN0 p964. P g,4pRP STA IS7N4.02 Ss�" 14100ANG-TESS �' PROPOSED36' V*1 N,pRS'IWpy INSTALL: 4 WATER LINE •- ' 7258543.50 PROPOSEDFIBER S 912 73.02 COfICRE1E A INNER DUCT r17065Y ASPHAU 1 A G j SEE NOTE PAVEMENT, DT-1 - .jUy��pjp 1pSS RE. FD024 At - - - p i WA CONTROL POINT .J P�E'SPh r �r f'SS RTGN [PIS ARP x [C OUGN ES 27 �'.'(y'-Y L!sY T 5C B20j40'SEE �r EPUICE IS Sy CONCRETE PAVEMENT, .(/� 1 ` d 4-E.,0DT1 //' 04V y ¢ WyC 9 tW T(tl4. 1 55 STA 15HB9.80 O K 1 SCALE IN FEET $ �3 BO 9 1 INSTALL: 799 ACkSPHALTPAVEMEM l ^ E 1-FIBER OPTIC GROUND 80% m q 4'� �0 y REPLACEMENT, RE DT 1 11 �� 0 NOR 2I20, �0 ^ ^ S s\ riL w y 3 yP-E 1-UTIIIY MARKER 1111 - i L i.i•B ?'OOC� STA 158.74.16 ,I U NOTES: �E ® 5 l SGLIN FEET ; RN725657G.29 mN1RTCAL3 y"1 I (61066\h5 W=c9v2362.29 i RE: 1/CP-1 I. CONTRACTOR SHALL VERIFY LOCATION ��'-�' I .i•E �' N7258403.43 \` AND DEPTH OF ALL UTILITIES PRIOR TO 'E 91236&57 `1 BEGINNING Of CONSTRUCTION. ` y INSTALL: STA 252-99.84 V jj R 1-FIBER OPiI[GROUND BO% -OBi iL y 9 2. WORK LIMITS ARE SHOWN ON THIS UGt� C RKE 0 66L 1-UTIITY MARKED �$ SERRH SUj%Fl ^ RE: FD-0&AFD-02 VOL jgj1• P 1 L , DAMAGED. IF ASPHALT VING IS RACTOR DAMTO BE AGES R:FD SI&FD-02 rylj[TRAG pG 29 N7256503.38 r,,y T 1 THE ASPHALT PAVING IT WILL BE THE N 7258594.66 �p ?e �V 4657' E 912371.77 INGNAM +�V pOR Gs- El 1 11 I RESPONSIBIUTY OF THE CONTRACTOR E911972.68 O 074 CNN q. }'0,-01N2 1 ANDNO SEPARATE PAYMENT WILL BE 0 VO4 o6T �4 6m� CSRp�CL�50 W 1'ly OHA 59 NCY A3� �pYV.0 Sg1,\7039p 1 MADE. O 20 J 1 6608 ,'•� OCTN NAY 3. CONTRACTOR SHALL MAINTAIN lL FN - 4 6C7O9 VEHICLE ACCESS TO HOMEOWNERS, Z W Lp $TA 1S1.13.20 GC 41 LF E%IRINo II'CRAP 87 WHOSEDRMEWAYSARE CROSSED BY J INSTALL: o- .�+-� CULVERT TO BE REPLACFD .L THE PROPOSED PIPEUNE ALIGNMENT, LL LL N 72S8594.78 qy 1 ■ 'y ' AT ALL TIMES. F a: 6 Q Q .E 911785.95 _ - �i Y y, pPTLBp 6�#OQ 4. FIBER INNER DUCT SHALL BE INSTALLED - d i d ILn — SSP pGt 5i837\ StA1 FON UTHESIDEOF THE PIPELINE t] 0 20070 MA1CF{�\NE FURTHEST FROM THE STREET m Q Z O 3320 3310 3290 �i I'�3290 �mm�®®®®gym®�e►�_�� 3240 LJJ Q = = Z C 3 agL„ J Q CA N ORRIN WL-17 T I I j y ! 4. 4- q• CAUTIONIII t♦, I EXOGVTEING�N RHEA LITIESINTHE s 1 II '•',,,� AREA," NOURS PRIOR TO CONSTRUCTION CONTACT 1.800-DIG-TE55 CONTROL POINT ^ Cv22 9 16 I 2C7.35.31 LYF I'� I INSTASTALL: WORK LIMITS T. 1 .. 1-Bov JQ N 7255858.17 r E91M27.81 IT STA 207.25.00 INSTALL o- --I--'� - - REPLACE EXISTING FENCE I 1 1-FIBER OPTIC GROUND BO%< 1NFD-0 MARKER '.'- 1' _ 2�BH - •�I I 1 N 7255858.50 E914417.51��� a a Q ! �— FF BUILDING 4 'ell CCFN520 r EXISTING CONCRETE JOINT , ! I l 1 Y, ti- '4• _ ISTA 21 212-2011 �k r _^-.-,EDFIBER INSTALL /S '�I• _ INNER DUCT. I -CAV +•d ]B.S7 Y _NOTE- RE: FD-01 E 910C17, 14 MATCH LINE STA 206+00 7255209.66 IPA Lm ji 0 AO 80' 1 dE 9SCALE IN FEET za 1Q l HORIZONTAL } -INSTALL 2 '+' {A 0 30' 20 yYEp, 1 TYPE 8TRAFFIC T 5;= RATED VAULT UD T SCALE IN FEET F NOTES IN 1 CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF ALL UTILITIES PRIOR TO BEGINNING OF CONSTRUCTION tip•' I 2 WORK UM17S ARE SHOWN ON THIS STA 213.89, 6 SHEET CONCRETE PAVING OUTSIDE •, E END LHC PIPELINE OF THE PAVEMENT REPLACEMENT INSTALL: INSULATING FLANGE KIT. - LIMITS IS NOT TO BE DAMAGED IF RE: 8/CP.Z CONTRACTOR DAMAGES THE fc , CONNECT TO PUMP STATION CONCRETE PAVING IT WILL BE THE STA 213.89.26 K,- 36' DISCHARGE PIPE . _— RESPONSIBILITY OF THE W INSTALL: 1 N 7255209.40 CONTRACTOR AND NO SEPARATE Z W 0 1-INSULATING FLANGE. S E91M31.61 r PAYMENT WILL BE MADE J Z TEST STATION= _ � � 3 RETURN GRADES OF PLAYA LAKE W C LL W N 725520 EMBANKMENTS AND DISTURBED F- d R: 0 0 N )255209A0 [ ! �! AREASTD PRfCONSTRUCTION �Z d = a F E 91XC71.61 ' - - GRADES AFTER INSTALLATION m V < Q ACTMTIES ARE COMPLETE MAINTAIN ZERO NET Nu FOR j O g Z �} BACK ILL AND FILLS IN THE PLAYA a Q l0 LAKE FROM STATION 188.50 TO p W a O STATION 209.00. DISPOSE OF y = j Z N EXCESS MATERIALS FROM EXCAVATION OFF SITE. la 3 n 0 a F <. DO NOT STOCKPILE MATERIALS IN THE PLAYA LAKE. T� 5. INSTALL INTERNAL DISHED PLUG TO TEST THE PPEUNE. TEST PLUFS SHALL BE DESIGNED FOR HYDROSTATICALLY TESTING THE PIPELINE. CONTRACTOR SHALL LEAVE TEST PLUG FOR PUMP STATION CONTRACTOR TO TEST AGAINST. I 6. CONTRACTOR SHALLLEAVEPLAIN END PIPE ATTIE•IN IOGTION. �1 7. IN THE EVENT THE PIPE BY PUMP STATION CONTRACTOR IS Y 3 d INSTALLED PRIOR TO PIPELINE • • $ CONTRACTOR`S ABILITY TO MAKE TIE-IN, THE PIPEUNE CONTRACTOR j I' _ _ 3 SHALL TIE•IN TO THE EXISTING PIPE WITH ABUTT STRAP CONNECTION. 3 2 c ^ CON FIRM PIPE OD OF CONNECTING PIPE PRIOR TO SHOP DRAWING $'B = Z PREPARATION AND INSTALL. THIS CONNECTION WILL BE BORNE C b SOLELY BY 7HE PIPELINE CONTRACTOR AT NO ADDITIONAL - EXPENSETOOWNER. 8. COORDINATE REMOVAL OF TEST PLUG WITH OTHER CONTRACTOR. i 9 FIBER INNER DUCT SHALL BEX B INSTALLED ONTHESIDEOFTHE PIPELINE FURTHEST FROM THE yy y a5 STREET ` W L-23 FOR CONSTRUCTION " ' 29 1. r �. II 11 •N I F - IF.II.w � •� 7 Ala wAk EXISTING O _ CONCRETE l01M E. { qp, 163 Sy CONCRETE7�-.A �1 r : ,_ ••^fit /.,` _ PAVEMENT REPLACEMENT, i _ RE: S/DT 10 CITIZEN CONVENIENCE STATION 1 PLAN VIEW 1•.An 11 I I I ry I I J I I s / � I 1 � •Y r ; E� I �X UJI LL — Ei Z J 03 NOTES. d J 1. LOW HEAD C PIPELINE CONTRACTOR TO PROVIDE CITY OF Y U LUBBOCK AT LEAST 2 WEEK NOTICE PRIOR TO WORK IN THIS AREA. Om U Z LJ 2 EXISTING CONCRETE PAVEMENT IS APPROXIMATELY 8-INCHES lJ.l THICK. 3 Q d 3. CONTRACTORTOPROTECT EXISTING PAVEMENT TO REMAIN. LLO W Z IF EXISTING PAVEMENT IS DAMAGED, CONTRACTOR TO REPLACE OR REPAIR TO MATCH OR EXCEED THE CONDITION PRIORTOCONSTRUCTION. v CL <. LOW HEAD C PUMP STATION (By OTHERS)WILL BE UNDER Q CONSTRUCTION WHILE THE LOW HEAD C PIPELINE IS IN CONSTRUCTION J Q S. LOW HEAD C PIPELINE CONTRACTOR SHALL BE RESPONSIBLE OL FOR REPLACING 1/2 WIDTH OF EXISTING PAVEMENT UP TO THE CONNECTION TO THE LOW HEAD C PUMP STATION LL, DISCHARGE PIPING. Q A6. CONCRETE REPLACEMENT SHLL BE B-INCH THICK AND MEET Z REQUIREMENTS OF THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS FOR CLASS C CONCRETE. CONCRETE MIX DESIGN SHALL INCLUDE A Q MINIMUM 6 SACKS CEMENT PER CUBIC YARD, HAVE A 1 WATER/CEMENT RATIO OF 0,35-0A5, AND HAVE A MAXIMUM SLUMP OF 3INCHES. CONCRETE SHALL HAVE A MINIMUM COMPRESSME STRENGTH OF 2500 PSI AT 28 DAYS. F I CONTRACTOR SHALL USE COYOF LUBBOCK PUBLIC WORKS 4 3 ENGINEERING DESIGN STANDARDS LATEST EDITION PLATE NO. UEM-02 CONCRETE STREET AND ALLEY CUT REPAIR. a e s e c€ s o o eo• ed � � � '. SEA® HORIZONTAL 1t CV-3 ISSUED FOR CONSTRUCTION sEa 32 Si DIAMETER• O.D. OF CONC. PIPE m 1' BELL END y, V3'DEEP% 24' WIDE CUTOUT Y' pia R LONG LIP.ONE EACH SIDE OF PENIN j4• GALV.'CHECKER" ALUMINUM PUTE STAINLESS STEEL HILTI O' BOLTS, 4 MIN. (SEE NOTE p DIA.(HOLE) FOR PADLOCK( O/ ' _ _ _ \�\O V.' w L \L I r N F I 36'.36' OPENING I I I • N 6 2 _ %"A.'%I.D.H' FLAT `\ I I% 3 g —GALVANIZED GALV. STEEL BAR _ _ _ _ _ _ _ O\` (2)SS' STAINLESS — STEELEXP BOLTS (6)WOIAHANDLES SEE NOTE 4 C WELDEDTOPLATE 'GALV."CHECKER" — STEEL PLATE • G PLAN KYt MAX NOT TO SCALE 3 DETAIL NOT TO SCALE DIAMETER • O.D. OF CONC. PIPE HANDLES J (WO ROD) 4 1• 2 SECTION NOT TO SCALE 1 TYPE A MANHOLE COVER NOT TO HALE f.ENERAL NOTES CONTRACTOR SMALL FASTEN VAULT LID TO CONCRETE VAULT WITH BOLTS 2 ALL METAL COMPONENTS SHALL BE GALVANIZED STEEL. UNLESS OTHERWISE NOTED 3 THE VAULT COVER MANUFACTURER SMALL BE RESPONSIBLE FOR PREVENTING WARPING DUE TO THE GALVANIZING PROCESS 4 PROVIDE ONE PADLOCK WITH EACH COVER. PADLOCK SHALL BE KEYED TO MATCH OWNERS LOCKS. K' )6' PLATE 2%' DEEP • 24' WIDE CUTOUTALONGUP ONE EACH SIDE OF OPENING N a DETAIL NOT TO SCALE 6' SS"O ROD 0. TYPICAL HANDLE DETAIL NOT TO SCALE 2 SHEET GENERAL NOTES: 1 ALL METAL SURFACES INSIDE OF MANHOLES SHALL RECEIVE MINIMUM OF TWO (21 COATS OF BITUMASTK COATING (KOPPERS 50 OR APPROVED EQUAL) CARE SHALL BE TAKEN TO APPLY THE COATING IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATIONS, 2 ALL FLANGE BOLTS FOR APPURTENANCES$HALL BE TYPE 304 STAINLESS STEEL AND COATED WITH ANTI -SEIZE COMPOUND 3 THE VALVE EXTENSION SMALL BE ONE PIECE AND POSITIONED INSIDE THE MANHOLE SUCH THAT THE VALVE CAN BE OPERATED FROM GROUND LEVEL THROUGH THE MANHOLE TOP VALVE STEM EXTENSION SMALLEXTEND TO WITHIN 4' OF THE MANHOLE TOP ACCESS TO VALVE EXTENSION SHALL NOT BE THROUGH MANHOLE COVER. 4. ALL BLOW OFF AND AIR VALVE PIPING SMALL BE 50440 STEEL PIPE WITH FLANGED JOINTS PIPING INSIDE MANHOLE AND BURIED PIPE SHOWN SMALL BE PAINTED WITH COLOR CHOSEN BY OWNER. 5 TRAFFIC RATED MANHOLES SHALL BE FOR AIR VALVES, BLOWOFF VALVES. AND ACCESS MANWAYS. CON OR SHALL REFER TO THE SCHEDULE ON THIS SHEET TO IDENTIFY WHAT MANHOLE AND UD TO USE AT EACH LOCATION 6. THE TOP OF PRECAST MANHOLE ELEVATIONS SHOWN IN THE SCHEDULE ARE FOR INFORMATION/BIDDING PURPOSES. THE CONTRACTOR IS TO SURVEY EXACT ELEVATIONS AND REMSED TOP OF MANHOLE ELEVATIONS TO MATCH EXISTING/NEW GRADE. CONCRETE SHALL BE FULL HEIGHT FROM TOP OF MANHOLE UD TO TOP OF PRECASTMANHOLE i4 d5£ •• G y 1 � �� FRRN+• 30' uD a R3 BAR 301NCH CAST IRON RING AND PRECAST GRADE RINGS ` BOLT DOWN COVER W/LIFTING ; / SLOTS DESIGNED FOR HS-20 VANE BO%WTTH 18' LOADING Z (SEE GENERAL STEM GUIDE TRUMBV Ll °C 29- ONE PIECE 72' DN. MH 367 0 V MA%.S'4'SPACING MIN OF 2 REQ'D VALVE EXTENSION F.O. AND GATE VALVE FOR BOY i G ? s PRECAST MANHOLE AND CAVASSEMBLYOR ASSEMBLYONLY a k UD DESIGNED F00. MS20 LOADING IN 2 30'fUNGED OUTLET 0 (PROVIDE m FT. VERTICAL SECTION$) 12" All VS J AROUND W Z Lu • J J W MORTAROR W LL Q INSULATING GASKET POLYURETHANE COATING LL 0 SEE GENERAL (TYPICAL ALL OUTLETS) Y 1 u W a LEAN CONCRETE • m 3 • 00 Z U 12'MIN. Q W (TYP) Lay( 2 Z V 3 gz C) TYPE "B" MANHOLE s TRAFFIC RATED NOT TO SCALE Y 3 x e a�S iL A 6 ell DT-6 ISSUED FOR CONSTRUCTION " 3a REPLACE EXISTING 4' CAV BAILEY COUNTY PIPELINE CONTRACT B STA 40M80 WITH S' CAV RE DT-4' EXIST NG 36 4 BAILEYCOUNTYPIPEUNE CONTRACT B STA3B9�9S REPLACE EXISTING MANHOLE WITH TRAFFIC RATED MANHOLE PROPOSED FENCE, %.STING 36'K36'� " E IN . R RE:DT•7 BAILEY COUNTY PIPELINE CONTRACT IT STA 389�76.11 $O f ELECTRICAL PAD 15'.7.5' 3 5i •--@ __--_-- --__ _ NG Z EXISTING 30' DIRECT EX15TI'RfWCE0.J BURY BUTTERFLY VALVE EXISTING 30' SS SSSS—S BWCP WATER LINE SSSS-55 N '------------------------ ---- __ --- _ W IT STA 0r94,63 3 �W WORK LIMITS) N7,27L852.53 F c W E 910.485.00 x S BEGIN PROPOSED E LINE ---------------------------__ 3 -1P---- ------ --pK---- ONE ---- ONE ---- ONE ---- ONE . �UGT---- i i I 1 I I I I I I I I I I I I I 1 I I I I ti I I 1 1 I W I I i I W I OC I 1 O I N I I = N f I I I I I I I 1 I I I !y I� aL L7: I 72'BFV VAULT WORK I I I LIMITS STA 0-99.63 �BN� L,I , I 1 _— ONE. —_ I I I I NSr 19' 25.75'W I I — — — — — -- RISTA 1N265 — 0 904320' UPLAND AVE N 7,271,B$4,11 E 930.437.0 1 CONNECTION DETAIL] Ww I,-10' 36" PIPELINE CONNECTION NOTES: 1. CONTRACTOR TO VERIFY ELEVATION OF EXISTING 36' PRIOR TO CONSTRUCTION 2. CONTRACT OR TO PROVIDE ALL FITTINGS ADAPTERS AND APPURTENANCES TO MAKE THE MOOIVCATION AND TO COMPLETE THE REQUIRED CONNECTION. CONNECT NEW LOW HEAD C P-PE TO EXITING BAILEY COUNTY WELL FIELD SUPPLY PIPEUNE TE NO. T264. REMOVE EXISTING PIPE NO SX265 WITH PI UG NO D70 BEFORE MAKING THE CONNECTION Q1 3. CAV AT STA 1.07 63 MAY FUNCTION AS AN ACCESS MANWAY WRING CONSTRUCTION 4. CONTRACTOR TO INSTALL INTERNAL DISH HEAD PLUG FOR TESTING AND THEN REMOVE AFTER COMPLETION OF TESTING. S. CONTRACTOR SHALL COORDINATE SXUTWWN OF EXISTING 36'WITH THE CITY OF LUBBOCK CONTRACT0R MUST GIVE THE CITY OF LUBBOCK 7 DAYS NOTICE PRIOR TO CONNECTIONS 6. CONTRA[TOR/P%PE MANUFACTURER TO REVIEW EXISTING PIPE FOR THRUST AND WELD EXISTING PIPE JOINT NECESSARY TO PROVIDED NECESSARY RESTRAINT 7. INSTALL BONDING CUPS BETWEEN NEW PIPE AND EXISTING TEE S. FOR FENCE AND GATE DETAIL RE, OTJ. 9. RESTORE SURFACE WITHIN FENCE WITH GEOTEXTILE FABRIC AND 3-INCHES OF 57 STONE. 10. FOR SLAB FOR ELECTRICAL PAD RE: DT-31. 11. REMOVE EXISTING DUCTILE IRON VALVE BOX W/CONCRETE CAPON EXISTING 30' AND 36' BFV. 12. FOR BFV VAULT DETAIL RE: DT-S. 13. ADD MOTOR OPERATOR TO THE EXISTING 30' BUTTERFLY VALVE, ADD TRAFFIC RATED VAULT TO THE EXISTING 36' BUTTERFLY VALVE. 14. INSTALL TEMPORARY LINE STOP ON EEISTING 30' AND 36' LINE IF REQUIRED BY OW NE WRING CONSTRUCTION. 15. AT BAILEY COUNTY STA. 400-80, MOVE VENT PIPE TO NORTH SIDE OF VAULT 26. ROUTE AIR VENT PIPING FROM CIA ON INC TO FENCED AREA NEXT TO ELECTRICAL PAD. 17. AT NEW BFV VAULT AT STA. 0-99.63, INSTALL SUMP PUMP WITH AT LEAST 30 GPM CAPACITY. MAXI L SHEET NOTES 1. PIPE CONTRACTOR TO INSTALL INTERNAL DISHEAD PLUG TO TEST THE PIPELINE TEST PLUGS SMALL BE DESIGNED FOR HYDROSTATIC TESTING OF EACH SEGMENT INDEPENDENTLY CONTRACTOR SHALL n LEAVE TEST PLUG FOR THE PUMP STATION CONTRACTOR TO TEST AGAINST bb5 2 THE CONTRACTOR SNAIL LEAVE PLAIN END PIPE TTV AT EACH TIE-IN LOCATION r! Y 3. IN THE EVENT THE PIPE BY OTHERS IS INSTALLED PRIOR TO THIS CONTRACT THE PIPELINE CONTRACTOR SHALL TIE-IN TO THE EXISTING PIPE WITH A BUTT STRAP CONNECTION. THE CONTRACTOR SHALL VERIFY THE O.D. OF THE 4 F 36-INCH PIPE BY OTHERS PRIOR TO SHOP DRAWING PREPARATION AND INSTALL THIS TIE-IN R REGARDLESS OF THE INSTALLATION SHALL BE BORNE SOLELY ON THE CONTRACTOR AT NO e ADDITIONAL EXPENSE TO THE OWNER. I2! 4. COORDINATE THE REMOVAL OF THE INTERNAL F- . PLUG WITH THE OTHER CONTRACTOR. = Hir'o' r----------------I r---------------- �% iQ ®Ta• oc TSIM I I GRADEOR PAWNG I SlA9ON Ep pEL-SEE CIVILDRAWINGS______________J L___ REINF I p %f I a4 ®9- EW I 1 2i5T6B I y J 1TOPSB- alSnR�.r L____- _______ J L______________J SECTION'A' PROVIDE INTERIORBEAM BEAS) NOTES: (S) MERE PAD LORW t THIS DETAILAPPLIESATTHE FOLLOWING UNLESS EXCEEDS lS.W -0' DETAILED OTHERWISE IN THE DRAWINGS: A. SITE ELECTRICAL EQUIP PADS B SITE MECH EQUIP PADS 2 REFER TO ELEGMECH DRAWINGS FOR EXACT SITE LOCATIONS OF PADS 3 COORD W/ EQUIP MFR FOR ANY OPENINGS AND PENETRATIONS REQUIRED IN SITE PADS. 4 FOUND SLAB AND BEAMS ON SOUND UNDISTURBED SOIL IF SOIL BELOW PAD IS COMPACTED, THEN DEPTH OF COMPACTED MATERIAL SHALL BE UNIFORM BELOW ENTIRE SLAB PLUS 2 FT ON ALL SIDES. COMPACT SPECIFIED FILL TO A MINIMUM OF 98%MAX DRY DENSITY PER ASTM D698 AT A MOISTURE CONTENT BETWEEN O%AND 4%OF OPTIMUM. TYPICAL MECHANICAL OR 4 6. FENCEARWNOELECtt3CALPAOTOENCLOSEv 0® : ELECTRICAL PAD AND COMMUNICAT TINS ANTENNA �RLLEINJfAL WL 1 1. 10' ISSUED FOR CONSTRUCTION W 11, Z J J W LL l~L x a 0 a � o u a 00 a a�W = ZZ o go DT-1 43 a s k0k 59 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2020-698499 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Garney Companies, Inc. Kansas City, MO United States Date Filed: 12/14/2020 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. 15477 Construction services for RFP_21_15477-JM, Low Head C Pipeline. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. M 6 UNSWORN DECLARATION My name is David Burkhart and my date of birth is My address is 1700 Swift Street North Kansas City MO 64116 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Clay County, State of Missouri , on the 14th day of December , 20 20 '—,)nth) (year) Signature of authorized agent of contracting business entity (Declarant) s`orms provlaea Dy i exas Links c;ommisslon www.etnlcs.state.tx.us Version V1.1.cd34673b 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. 2020-698499 Garvey Companies, Inc. Kansas City, MO United States Date Filed: 12/14/2020 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: 12/21/2020 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. 15477 Construction services for RFP_21_15477-JM, Low Head C Pipeline. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 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.cd34673b