HomeMy WebLinkAboutResolution - 2016-R0453 - Commitment Agreement - College Baseball Foundation - Hall Of Fame - 12_15_2016 (4)Resolution No. 2016-RO453
Item No. 7.9
December 15, 2016
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and on behalf of the City of Lubbock, a Commitment Agreement and related documents by
and between the City of Lubbock and the College Baseball Foundation for the transfer of
real property from the City of Lubbock to the College Baseball Foundation for the public
purpose of the construction and operation of the National College Baseball Hall of Fame.
Said Commitment Agreement is attached hereto and incorporated in this resolution as if
fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on December 15, 2016
"'IV
DANIEL M. P PE, MAYOR
ATTEST:
O'Ler, )�C�
Rebec a Garza, City Secret in
APPROVED AS TO CONTEN
Scott Snider, Assistant City Manager
APPROVED AS TO FORM:
Justiorultt, Assist4t City Attorney
ccdocs/RES. Agreement — College Baseball Foundation — College Baseball Hall of Fame Commitment Agreement
December 5, 2016
Resolution No. 2016-RO453
COMMITMENT AGREEMENT
This Commitment Agreement (the "Agreement") is by and between the City of Lubbock,
Texas (the "City"), a Texas Home Rule Municipal Corporation, and the College Baseball
Foundation (the "Foundation"), a Texas nonprofit organization, acting by and through
their respective and duly authorized officers and officials.
RECITALS
WHEREAS, the Foundation was founded in 2003 to achieve the goal of building and
displaying the history, memorabilia, artifacts, and educational material to honor the great
past and present participants of college baseball; and
WHEREAS, in order to achieve its goal, the Foundation desires to build a permanent
facility for The National College Baseball Hall of Fame Museum (the "Museum") on a
portion of City -owned property in downtown Lubbock; and
WHEREAS, the Foundation has raised more than four million dollars ($4,000,000) in
pledges, and is committed to raise all of the money necessary to begin building and
operating the Museum; and
WHEREAS, the City Council finds that the Museum would serve a public purpose by
promoting recreational and educational opportunities for the citizens of the City; and
WHEREAS, Texas Local Government Code Section 253.011 allows a municipality to
transfer real property to a nonprofit organization for such a public purpose; and
WHEREAS, the City and the Foundation entered into a Commitment Agreement on
June 24, 2010, and subsequently adjusted the terms of the Commitment Agreement
through two different amendments that increased size of the real property to be
transferred from the City to the Foundation and to extend the term of the Commitment
Agreement so that it terminated on December 31, 2016; and
WHEREAS, the City and the Foundation hereby terminate the Commitment Agreement
of June 24, 2010 and its two amendments, and now desire to enter into this Agreement;
AND NOW, THEREFORE:
THE CITY AND THE FOUNDATION AGREE TO THE FOLLOWING TERMS:
AGREEMENT
Section 1— Recitals and Exhibits
The representations, covenants, and findings set forth in the recitals and exhibits of this
Agreement are material to this Agreement and are hereby incorporated into and made a
part of this Agreement.
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 1
Section 2 — Contract Authority
The Parties hereby warrant and represent that each has full lawful right, power, and
authority to execute, deliver, and perform the terms and obligations of this Agreement.
Accordingly, this Agreement constitutes a legal and binding obligation upon the Parties.
Section 3 — The Property
The real property that is the subject of this Agreement is approximately three (3) acres of
City -owned land generally located within the area bordered by 0 Street and Marsha
Sharp Freeway on the north, Avenue O on the west, Mac Davis Lane on the south, and
the Buddy Holly Hall of Performing Arts and Sciences on the east (the "Property"). The
Property is more particularly described and depicted in Exhibit "A" attached hereto.
Section 4 — Public Purpose
The Foundation hereby warrants and agrees that if the Property is transferred according
to the terms contained in this Agreement, then the Property will be used solely for the
public purpose of the Museum. The Foundation hereby acknowledges that if at any time
the Property is not used for the public purpose of the Museum, then the ownership of the
Property will automatically revert to the City.
Section 5 — Term
This Agreement shall become effective on the day of its execution by both Parties and
shall be effective through May 1, 2017 (the "Term"), unless terminated earlier under any
provision contained in this Agreement.
Section 6 — The Foundation's Responsibilities
A. Prior to the transfer of the Property that is the subject of this Agreement, and prior to
the expiration of the Term, the Foundation shall provide evidence to the City that the
Foundation has secured all the funding necessary for the construction of the Museum.
Such evidence shall be in an amount and form reasonably acceptable to the City.
B. Prior to the transfer of the Property that is the subject of this Agreement, and prior to
the expiration of the Term, the Foundation shall submit final site plans to the City for
permit approval that reflect the Foundation's intended use of the Property solely for
the public purpose of the Museum. Such final site plans shall not include any
additional uses for the Property, including, but not limited to, a baseball field or
baseball stadium.
C. Prior to the transfer of the Property that is the subject of this Agreement, and prior to
the expiration of the Term, the Foundation shall conduct and pay for a survey of the
Property. Said survey shall be incorporated into this Agreement as Exhibit `B."
D. Prior to the transfer of the Property which is the subject of this Agreement, and prior
to the expiration of the Term, the Foundation shall enter into a parking agreement
with the City that addresses the Foundation's use of public parking near the Property
during the construction and operation of the Museum.
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 2
E. Upon the transfer of the Property that is the subject of this Agreement, the Foundation
agrees to pay for all closing costs, including, but not limited to, a title policy, if such a
policy is required.
F. After the execution of this Agreement, the Foundation agrees to continue to raise
money for the operation of the Museum. If the Foundation is unable to provide
evidence reasonably satisfactory to the City that its financial condition is strong
enough to provide an income stream for the operation of the Museum, then this
Agreement will terminate.
G. The Foundation hereby represents, that as of the date of execution of this Agreement,
that it is a nonprofit organization, as that term is defined in the Texas Local
Government Code Section 253.011(a). The Foundation warrants that it will maintain
its status as a nonprofit organization, as that term is defined in the Texas Local
Government Code Section 253.011(a), throughout its construction and operation of
the Museum.
H. The Foundation agrees that its business records, including any financial documents,
shall be open for inspection at reasonable times upon the request of the City Manager
or his designee.
I. The Foundation may terminate this Agreement without cause by providing written
notice of such termination to the City at least thirty (30) days prior to the effective
date of termination.
Section 7 — The City's Responsibilities
A. The City agrees to hold the Property for the public purpose of the Museum through
the Term, by which time the Foundation shall have satisfied its responsibilities under
this Agreement.
B. If the City determines that the Foundation has satisfied its responsibilities under this
Agreement prior to the expiration of the Term, then the City may transfer the
Property to the Foundation by a Deed Without Warranty in a form substantially
similar to the draft Deed Without Warranty that attached to this Agreement as Exhibit
«C
C. If the City determines that the Foundation has not satisfied all of its responsibilities
under this Agreement by the expiration of the Term, then this Agreement shall
terminate, the City shall not transfer the Property to the Foundation, and the Property
shall not be available to the Foundation for the Museum or any other project. The
termination described in this subsection shall become effective immediately upon the
determination of the City and shall not require any additional act, writing, or ruling of
the City.
D. Through a resolution authorizing an amendment to this Agreement, the City may
elect to waive any of the Foundation's responsibilities under this Agreement. If any
such resolution is approved by the City Council, the City will provide a copy of such
resolution and amendment to the Foundation.
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 3
E. The City may terminate this Agreement without cause by providing written notice of
such termination to the Foundation at least thirty (30) days prior to the effective date
of termination.
Section 8 — Service of Notice
Any notice required by this Agreement shall be deemed to be properly served if deposited
in the U.S. mail by certified letter, return receipt requested, addressed to the recipient at
the recipient's address shown below, subject to the right of either Party to designate a
different address by notice given in the manner just described.
For the City:
City Manager
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806)775-2016
For the Foundation:
Executive Director
College Baseball Foundation
P.O. Box 6507
Lubbock, Texas 79493
(806)749-2234
The Parties acknowledge and affirm that no department of the City has the legal authority
to enter into any contract of any type or nature in the name of the department or to accept
any legal notice on behalf of the City.
Section 9 — Funding
The Parties understand and acknowledge that the funding of this Agreement, if any such
funding is required, is contained in the City's annual budget and is subject to the approval
of the City in each fiscal year. The Parties further agree that should the governing body of
the City fail to approve a budget which includes sufficient funds for the continuance of
this Agreement, or should the governing body of the City fail to certify funds for any
reason, then and upon the occurrence of such event, this Agreement shall terminate as to
the City and the City shall then have no further obligation to the any other Party. When
the funds budgeted or certified during any fiscal year by the City to discharge its
obligations under this Agreement are expended, any other Party's sole and exclusive
remedy shall be to terminate this Agreement.
Section 10 — Venue and Applicable Law
This Agreement is subject to all present and future valid laws, orders, rules, ordinances,
and regulations of the United States of America, the State of Texas, the Parties, and any
other regulatory body having jurisdiction. This Agreement shall be construed and
governed according to the laws of the State of Texas. The sole venue for any action,
controversy, dispute or claim arising under this Agreement shall be in a court of
appropriate jurisdiction in Lubbock County, Texas exclusively.
Section 11— Rights and Remedies Reserved
The City reserves the right to exercise any right or remedy available to it by law, contract,
equity, or otherwise, including without limitation, the right to seek any and all forms of
relief in a court of competent jurisdiction. Further, the City shall not be subject to any
arbitration process prior to exercising its unrestricted right to seek judicial remedy. The
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 4
remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision
in, or related to, this Agreement, the former shall control.
Section 12 — Public Information
This Agreement is public information. To the extent, if any, that any provision of this
Agreement is in conflict with Tex. Gov't. Code Ann, Chapter 552 et seq., as amended,
same shall be of no force and effect.
Section 13 — No Third -Party Beneficiaries
This Agreement is entered solely by and between, and may be enforced only by and
among, the Parties. Except as set forth above, this Agreement shall not be deemed to
create any rights in or obligations to any third parties.
Section 14 — No Personal Liability
Nothing in this Agreement is construed as creating any personal liability on the part of
any employee, officer or agent of any public body that may be a party to this Agreement.
Section 15 — No Joint Enterprise
This Agreement is not intended to, and shall not be construed to create any joint
enterprise between or among the Parties.
Section 16 — No Indemnification by City
The Parties expressly acknowledge that the City's authority to indemnify and hold
harmless any third party is governed by Article XI, Section 7 of the Texas Constitution,
and any provision which purports to require indemnification by the City is invalid.
Section 17 — Insurance Requirements
The Foundation, and any contractor or subcontractor of the Foundation, shall obtain and
maintain all insurance coverage required by the City at all times while this Agreement is
in effect.
Section 18 — Sovereign Immunity Acknowledged and Retained
THE PARTIES EXPRESSLY ACKNOWLEDGE AND AGREE THAT NO
PROVISION OF THIS AGREEMENT IS IN ANY WAY INTENDED TO
CONSTITUTE A WAIVER BY ANY PARTY OF ANY IMMUNITIES FROM
SUIT OR LIABILITY THAT A PARTY MAY HAVE BY OPERATION OF LAW.
THE CITY RETAINS ALL GOVERNMENTAL IMMUNITIES.
The Parties execute and enter into this Agreement on December 15, 2016
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 5
SIGNATURES
CITY OF LUBBOCK, TEXAS
DANIEL M. POPE, MAYOR
ATTEST:
Re'de t
Garza, City Secretary
APPROVED AS TO CONTENT•
V v \
Scott Snider, Assistant City Manager
APPROVED AS TO FORM:
COLLEGE BASEBALL FOUNDATION
a_l��AJI1�
Dr. Mike Gustafson, Executive Director
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 6
Exhibit A — The Property: Depiction & Description
(The Foundation will provide an accurate map and metes and bounds description of the
Property which will be included here upon receipt by the City.)
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 7
Exhibit B — Survey of the Property
(The Foundation will provide and pay for a survey of the Property which will be included
here upon receipt by the City.)
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 8
Exhibit C — Draft Deed Without Warrantv
(DRAFT) DEED WITHOUT WARRANTY
DATE:
GRANTOR: City of Lubbock, Texas
GRANTOR'S MAILING ADDRESS
P.O. Box 2000
Lubbock, TX 79457
GRANTEE: College Baseball Foundation
GRANTEE'S MAILING ADDRESS
2524 82nd Street
Lubbock, Texas 79423-2250
CONSIDERATION:
Grantor and Grantee expressly stipulate that Grantee shall utilize the Property solely in a
manner that promotes a public purpose of the Grantor. Grantor and Grantee stipulate that
the consideration of public purpose use by Grantee is the sole consideration to be
received by Grantor for the conveyance of the Property by Grantor and that such
consideration is sufficient in all respects.
PROPERTY (INCLUDING ANY IMPROVEMENTS):
The Property Description is attached as Exhibit "A"
The Property is conveyed to Grantee, and Grantee's successors and assigns for so long as
the Property is used to promote a public purpose of the Grantor. If the Property ceases to
be so used, all rights, title, and interest conveyed by this instrument shall automatically
revert to and vest in Grantor, and Grantor's successors and assigns, without the necessity
of any further act on the part of or on behalf of the Grantor, it being the intent of Grantor
to convey a fee simple determinable estate to the Grantee. For the purposes hereof,
,'public purpose" of the Grantor shall mean a College Baseball Hall of Fame Museum.
REPRESENTATIONS AND WARRANTIES OF GRANTEE:
Grantee warrants and represents that it is a non-profit organization, as that term is defined
in the Texas Local Government Code Section 253.01l(a).
Commitment Agreement —City of Lubbock & College Baseball Foundation — December 2016 Page 9
Grantee represents and warrants to Grantor that it has made an independent inspection
and evaluation of the Property and the title to same and acknowledges that Grantor has
made no statements or representations concerning the present or future value of the
Property, the state of title of the Property, the condition, including the environmental
condition of the Property, or the anticipated income, costs, or profits, if any, to be derived
from the Property.
FURTHER, GRANTOR MAKES NO REPRESENTATIONS OR WARRANTIES
WHATSOEVER, EXPRESSED, STATUTORY, OR IMPLIED, INCLUDING, BUT
WITHOUT LIMITATION, AS TO THE DESCRIPTION, TITLE, INCLUDING
WITHOUT LIMITATION, THE EXISTENCE OF LIENS AGAINST THE PROPERTY,
THE VALUE, QUALITY, PHYSICAL AND ENVIRONMENTAL CONDITION OF
THE PROPERTY AND/OR MATERIALS CONTAINED OR LOCATED IN, ON OR
UNDER THE PROPERTY AND/OR IMPROVEMENTS LOCATED THEREON, THE
NATURE OF THE PAST OR HISTORIC USE OF THE PROPERTY,
MERCHANTABILITY OR FITNESS FOR PURPOSE OF ANY OF THE PROPERTY.
Grantee further acknowledges that, in accepting this Deed Without Warranty, it has relied
solely upon its independent evaluation and examination of the Property, and public
records relating to the Property and the independent estimates, computations, evaluations
and studies based thereon. Grantor makes no warranty or representation as to the
accuracy, completeness or usefulness of any information furnished to Grantee, if any,
whether furnished by Grantor or any other third party. Grantor, its officers, employees,
elected officials, independent contractors, and agents assume no liability for the accuracy,
completeness or usefulness of any material furnished by Grantor, or any of its officers,
employees, elected officials, independent contractors and/or agents, if any, and/or any
other person or party. Reliance on any material so furnished shall not give rise to any
cause, claim or action against Grantor, its officers, employees, elected officials,
independent contractors and/or agents, and any such reliance shall be at Grantee's sole
risk.
THE CONVEYANCE OF THE PROPERTY SHALL BE ON A "WHERE IS", "AS IS",
AND "WITH ALL FAULTS" BASIS, AND SHALL BE WITHOUT
REPRESENTATION OR WARRANTY WHATSOEVER, EXPRESSED,
STATUTORY OR IMPLIED, INCLUDING, BUT WITHOUT LIMITATION, AS TO
TITLE, INCLUDING, BUT NOT LIMITED TO THE EXISTENCE OF LIENS
AGAINST THE PROPERTY, THE DESCRIPTION, PHYSICAL AND
ENVIRONMENTAL CONDITION OF THE PROPERTY AND/OR MATERIALS
CONTAINED OR LOCATED IN, ON OR UNDER THE PROPERTY AND/OR
IMPROVEMENTS LOCATED THEREON, THE NATURE OF THE PAST OR
HISTORIC USE OF THE PROPERTY, QUALITY, VALUE, FITNESS FOR
PURPOSE, MERCHANTABILITY OR OTHERWISE.
Grantee has satisfied itself as to the title, type, condition, quality and extent of the
property and property interests which comprise the Property it is receiving pursuant to
this Deed Without Warranty.
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 10
Grantor, for the consideration and subject to the reservations and exceptions to
conveyance, grants, sells, and conveys to Grantee the Property, to have and to hold it to
Grantee and Grantee's successors and assigns forever. without warranty, express or
implied, statutory or otherwise, and all warranties that might arise by common law and
the warranties created by Section 5.023 of the Texas Property Code (and all amendments
and successors thereto) are expressly excluded.
(Signature & Notary Pages to follow)
Commitment Agreement — City of Lubbock & College Baseball Foundation — December 2016 Page 11
B
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: December 15, 2016
CITY OF LUBBOCK
SPECIFICATIONS FOR
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation
Phase IA
RFP 17-13037-TF
CONTRACT #: 13037
PROJECT NUMBER: 92318.9242.30000
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompany.com
Phone: (806) 763-7770
-�Lo 16 V Rc�q S-�
CITY OF LUBBOCK
Lubbock, Texas
Pate Intentionally Left Blank
ADDENDA
Page Intentionally Left Blank
ADDENDUM 1
Pre -Proposal Meeting Time Change
RFP 17-13037-TF
Canyon Lakes Sanitary Sewer Interceptor
Rehabilitation - Phase IA
DATE ISSUED: October 17, 2016
CLOSE DATE: November 3, 2016 at 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP).
Where any item called for in the RFP documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Proposal Submittal Form.
Pre -Proposal Meeting Time Change
1. The time for the pre -proposal meeting has been changed from 10:OOAM to 2:OOPM.
A. The new time and location is October 18, 2016, at 2:00 PM in City of Lubbock, City
Council Conference Room, Suite 201, Lubbock City Hall, 1625 13th Street, Lubbock,
TX 79401.
All requests for additional information or clarification must be submitted in writing and directed to:
Teofilo Flores, Senior Buyer
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to TKFlores(umylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
*7m#& 5**a
CITY OF LUBBOCK
Teofilo Flores
Senior Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offeror's responsibility to advise the Director of Purchasine and Contract Manaeement if anv laneuaee
reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the reauirements stated in this RFP to a single
source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract
Management no later than five (5) business days prior to the close date. A review of such notifications will be made.
Page Intentionally Left Blank
of
ibbo&k'
ADDENDUM 2
Revised Proposal Submittal Form / Engineer's
Addendum No. 2
RFP 17-13037-TF
Canyon Lakes Sanitary Sewer Interceptor
Rehabilitation - Phase IA
DATE ISSUED: October 27, 2016
CLOSE DATE: November 3, 2016 at 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP).
Where any item called for in the RFP documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Revised Proposal Submittal Form
1. The proposal submittal form will be replaced in its entirety with the attached revision. Changes
made to the form should be readily identifiable by change bars in the margin of the revised form.
Engineer's Addendum No. 2
1. Please see Engineer's Addendum No. 2, attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Teofilo Flores, Senior Buyer
City of Lubbock
Purchasing and Contracts Management Office
t 1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to TKFloresOmylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
%##& ;'&%a
CITY OF LUBBOCK
Teofilo Flores
Senior Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anylanguage,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single
g_. source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract
Management no later than five (5) business days prior to the close date. A review of such notifications will be made.
r_ .
REVISED
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT �-
DATE:
PROJECT NUMBER: RFP 17-13037-TF Canyon Lakes Sanitary Sewer Interceptor Rehabilitation -
Phase 1A
Proposal of _
called Offeror)
(hereinafter
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the construction of a Canyon Lakes Sanitary
Sewer Interceptor Rehabilitation - Phase 1A having carefully examined the plans, specifications, instructions
to offerors, notice to offerors and all other related contract documents and the site of the intended work, and
being familiar with all of the conditions surrounding the construction of the intended project including the
availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct
the project in accordance with the plans, specifications and contract documents, within the time set forth therein
and at the price stated below. The price to cover all expenses incurred in performing the work required under l
the contract documents.
ITEM
NO.
DESCRIPTION
UNITS
ESTIMATED
QUANTITY
UNIT
PRICE
EXTENDED
AMOUNT
1
Bypass Pumping and Appurtenances
Setup, operate, maintain, and remove bypass pumping
la
and appurtenances as required for Segment 1 cleaning
LS
1
and video inspection
Setup, operate, maintain, and remove bypass pumping
lb
and appurtenances as required for Segment 27 cleaning
LS
1
and video inspection
Setup, operate, maintain, and remove bypass pumping
1 c
and appurtenances as required for Segment 9 cleaning
LS
1
and video inspection (IH-27)
Setup, operate, maintain, and remove bypass and
Id
appurtenances pumping as required for Segment 10
LS
1
cleaning and video inspection (BNSF)
Setup, operate, maintain, and remove bypass pumping
1 e
and appurtenances as required for NWL-023 to NWL-
LS
1
024 cleaning and video inspection (City Park by 2nd
St)
Setup, operate, maintain, and remove bypass pumping
If
and appurtenances as required for NWL-026 to NWL-
LS
1
027 cleaning and video inspection (Jo land)
Setup, operate, maintain, and remove bypass pumping
lg
and appurtenances as required for NWL-028 to NWL-
LS
1
029 cleaning and video inspection (Jo land)
ITEM
DESCRIPTION
UNITS
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Setup, operate, maintain, and remove bypass pumping
lh
and appurtenances as required for NWL-029 to NWL-
LS
1
030 cleaning and video inspection (Jo land
2
Provide sediment removal of existing 24-inch diameter
LF
2 841
sanitary sewer (All Segments except Segments 9 & 10)
'
2a
Provide sediment removal of existing 24-inch diameter
LF
2,421
sanitary sewer (Segments 9 & 10 only)
3
Provide sediment removal of existing 30-inch diameter
LF
1,170
sanitary sewer
4
Provide tuberculation removal of existing 24-inch
LF
1,362
diameter sanitary sewer (Segments 9 & 10 only)
5
Provide tuberculation removal of existing 30-inch
LF
68
diameter sanitary sewer
6
Attempted tuberculation removal.
6a
Attempted tuberculation removal from existing 30-inch
EA
1
m diameter sanitary sewer (Segment ent 1) ,
6b
Attempted tuberculation removal from existing 24-inch
EA
1
diameter sani1gry sewer (Segment 9
6c
Attempted tuberculation removal from existing 24-inch
EA
1
diameter sanity sewer Se ent 10
Provide removal and disposal of all internal debris
7
removed during cleaning operations (All Segments
TON
300
except Segments 9 & 10)
Provide removal and disposal of all internal debris
7a
removed during cleaning operations (Segments 9 & 10
TON
155
only)
Perform closed circuit television inspection of existing
8
sanitary sewer (all depths, pipe materials, and pipe
LF
4,011
diameters) (All Segments except Segments 9 & 10)
Perform closed circuit television inspection of existing
8a
sanitary sewer (all depths, pipe materials, and pipe
LF
2,421
diameters) (Segments 9 & 10 only)
Traffic control, including design, permitting,
9
equipment, materials, temporary paving, flagmen, and
LS
1
—
other components necessary to setup, maintain, and
remove temporary controls
10
Mobilization
LS
1
Total Amount Bid (Items 1-10)
Offeror's Initials
<_r
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONTRUCTION TIME for completion:
TOTAL CALENDAR DAYS:
TOTAL CALENDAR DAYS:
Substantial Completion
Final Completion
}
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of L
Owner and to substantially complete the project within 150 Consecutive Calendar Days with final completion within 18(
Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay"
Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damag._ I
in the sum of $250 in excess of the time to final completion set forth herein above for completion of this project, all as more fully se
forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction
number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing.
The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing tir
for receiving proposals.
ZJThe undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the pla
specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on
the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided
the contract documents. r_
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified the "l
issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse
the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a
guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if requiree
within ten (10) days after notice of award of the contract to him. I
Offeror's Initials
7
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a
Cashier's Check or Certified Check for Dollars ($ ) or a
Proposal Bond in the sum of Dollars ($ ), which it is agreed
shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the
Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the
required bond (if any) with the Owner within ten (10) business days after the date of receipt of written
notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned
upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
MIWBE Firm: I I Woman
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
Email:
FEDERAL TAX ID or SOCIAL
SECURITY No.
Black American
American I Asian Pacific American
Other
CITY OF LUBBOCK
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION PHASE 1A
RFP 17-13037-TF
CONTRACT #: 13037
PROJECT #: 92318.9242.30000
ADDENDUM NO. 2
October 25, 2016
BID DATE: November 3, 2016 2:00 PM
The following additions, deletions, modifications, and/or clarifications shall be made to the
appropriate sections of the plans and specifications and shall become a part of the Contract
Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form
and on the outside of the bid envelope. Where information is underlined in the sections that follow,
the intent is only to highlight notable changes from previously issued documents and language.
CLARIFICATIONS:
1. Phase 1A CCTV and Manhole Inspections are available for download at the following link:
https://Ieoadaly.box.com/s/rwvgoeckmig8gus2kk51423yu8dw8n10.
SPECIFICATIONS:
2. 0129 00 PAYMENT PROCEDURES
A. The specification will be replaced in its entirety with the attached revision.
3. PROPOSAL SUBMITTAL FORM; UNIT PRICE PROPOSAL CONTRACT
A. The bid form will be replaced in its entirety with the attached revision. Changes made
to the form should be readily identifiable by change bars in the margin of the revised
form. ,,���f\\NX�
OF
TF
END OF ADDENDUM NO. 2
/ .
Owl
10/24/2016i
JUSTIN C. REEVES
rrt 99359 ;
t�il �SS��CENS�NG��� r f
LOCKWOOD, ANDREWS & NEWNAM, INC. 1 j
Addendum No. 2 FIRM NO. F-2614
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A Page 1 of 12
01 29 00 PAYMENT PROCEDURES
1.00 GENERAL
1.01 WORK INCLUDED
A. Payments for Work shall conform to the provisions of the General Conditions, the Special
Conditions, the Agreement, and this Section.
B. Submit Applications for Payment at the prices indicated in the Agreement
1. Prices for each item in the Agreement shall include but not be limited to cost for:
a. Mobilization, demobilization, cleanup, bonds, and insurance,
b. Professional services including but not limited to engineering and legal fees,
c. The products to be permanently incorporated into the project,
d. The products consumed during the construction of the project,
e. The labor and supervision to complete the project,
f. The equipment, including tools, machinery, and appliances required to complete the
project,
g. The field and home office administration and overhead costs related directly or
indirectly to the project, and
h. Any and all kinds, amount or class of excavation, backfilling, pumping or drainage,
sheeting, shoring and bracing, disposal of any and all surplus materials, permanent
protection of all overhead, surface or underground structures; removal and
replacement of any poles, conduits, pipelines, fences, appurtenances and
connections, cleaning up, overhead expense, bond, public liability and compensation
and property damage insurance, patent fees, and royalties, risk due to the elements,
and profits, unless otherwise specified.
2. Provide work not specifically set forth as an individual payment item but required to
provide a complete and functional system. These items are considered a subsidiary
obligation and are to be included in the Contract Price.
3. Payment will be made for materials on hand.
a. Store materials properly on site per Section 01 31 00, PROJECT MANAGEMENT AND
COORDINATION.
1) Payment will be made for the invoice amount less the specified retainage.
2) Provide invoices at the time materials are included on the materials -on -hand
tabulation.
b. Provide documentation of payment for materials -on -hand with the next payment request.
Adjust payment to the amount actually paid if this differs from the invoice amount. Remove
items from the materials on hand tabulation if this documentation is not provided so payment
will not be made.
c. Payment for materials -on -hand is provided for the convenience of the Contractor and does
not constitute acceptance of the product.
4. The work covered by progress payments becomes the property of the Owner at the time
of payment.
Payment Procedures 01 29 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase I
_z
1.02 SCHEDULE OF VALUES AND PAYMENTS
i_
A. Submit a detailed Schedule of Values for the Work to be performed on the project.
1. Submit schedule within 10 days of Notice to Proceed. No pay application shall be
processed without an approved schedule of values.
2. Line items in the Agreement are to be used as line items in the schedule.
3. Payment will be made on the quantity of Work completed per Contract Documents during
the payment period and as measured per this Section.
a. Payment amount is the Work quantity measured multiplied by the unit prices for that
line item in the Agreement.
b. Payment on a unit price basis will not be made for work outside finished dimensions
shown in the Contract Documents without prior written approval.
c. Partial payments may be made for lump sum line items in the Agreement.
1) Lump sum line items in the Agreement are to be divided into smaller unit prices
to allow more accurate determination of the percentage of the item that has been
completed.
a) Provide adequate detail to allow more accurate determination of the
percentage of work completed for each item.
b) Provide prices for items that do not exceed $50,000.00. An exception may be
made for equipment packages that cannot be subdivided into units or
subassemblies.
c) Separate product costs and installation costs.
1. Product costs include cost for product, delivery and unloading costs,
royalties and patent fees, taxes, and other cost paid directly to the
Subcontractor or Supplier.
2. Installation costs include cost for the supervision, labor and equipment
for field fabrication, erection, installation, start-up, initial operation and
Contractor's overhead and profit. For equipment or systems that exceed
$50,000 the costs reported for startup activation shall not be less than 10
percent of the total item cost.
d) Lump sum items may be divided into an estimated number of units.
1. The estimated number of units times the cost per unit must equal the
lump sum amount for that line item.
2. Contractor will receive payment for all of the lump sum line item on
completion of work.
e) Include a directly proportional amount of Contractor's overhead and profit for
each line item.
f) Divide principal subcontract amounts into an adequate number of line items
to allow determination of the percentage of work completed for each item.
2) These line items may be used to establish the value of work to be added or
deleted from the project.
3) Correlate line items with other administrative schedules and forms:
a) Progress schedule,
b) List of Subcontractors,
c) Schedule of allowances,
d) Schedule of alternatives,
e) List of products and principal Suppliers, and
f) Schedule of Submittals
4) Costs for mobilization shall be listed as a separate line item and shall be actual
cost for:
a) Bonds and insurance,
b) Transportation and setup for equipment,
Payment Procedures 01 29 00-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase I
' 1 c) Transportation and/or erection of all field offices, sheds and storage facilities,
d) Salaries for preparation of submittals required before the first Application for
Payment,
e) Salaries for field personnel assigned to the project related to the mobilization
of the project,
Mobilization may not exceed 3 percent of the total contract amount. Cost for
mobilization may be submitted only for work completed
5) The sum of all values listed in the schedule must equal the total contract amount.
4. Submit a schedule indicatingthe anticipated schedule of payments to be made b the
P PY Y
Owner. Schedule shall indicate:
a. The Application for Payment number,
b. Planned date the request is to be submitted, and
c. Anticipated amount of payment to be requested.
5. Update the Schedule of Values quarterly or more often if necessary to provide a
reasonably accurate indication of the funds that the Owner will need to have available to
make payment for the Work performed.
B. Provide written approval of the Schedule of Values, Application for Payment form, and
method of payment by the Surety Company providing performance, and payment bonds prior
to submitting the first Application for Payment. Payment will not be made without this
approval.
1.03 PAYMENT PROCEDURES
A. Submit Applications for Payment per the procedures indicated in Section 01 33 00,
SUBMITTALS. Submit a Schedule of Values in the Application for Payment format to be
used.
B. Applications for Payment may be submitted on a pre-printed form as indicated in Section 01
31 13 13, FORMS or may be generated by computer. Computer generated payment requests
must have the same format and information indicated in the pre-printed form and be
approved by the Engineer.
1. Indicate the total contract amount and the work completed to date on the Tabulation of
Values for Original Contract Performed (Attachment "A".)
2. Include only approved Change Order items in the Tabulation of Extra Work on Approved
Change Orders (Attachment "B".)
3. List all materials on hand that are presented for payment on the Tabulation of Materials
on Hand (Attachment "C".) Once an item has been entered on the tabulation it is not to
be removed.
4. Include the Project Summary Report (Attachment "D") with each Application for Payment.
Data included in the Project Summary Report are to be taken from the other tabulations.
Include a completed summary as indicated in with each Applications for Payment
submitted.
1) Number each application sequentially and indicate the payment period.
2) Show the total amounts for value of original contract performed, extra work on
approved Change Orders, and materials on hand on the Project Summary Report.
Show total amounts that correspond to totals indicated on the attached tabulation for
each.
3) Note the number of pages in tabulations in the blank space on the Project Summary
Report to allow a determination that all sheets have been submitted.
4) Execute Contractor's certification by the Contractor's agent of authority and notarize
for each Application for Payment.
5. Do not alter the schedule of values and the form for the submission of requests without
the written approval of the Engineer once these have been approved.
6. Final payment requires additional procedures and documentation per Section 01 70 00,
EXECUTION AND CLOSEOUT REQUIREMENTS.
_ s Payment Procedures 01 29 00-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
I
l
C. Progress payments shall be made as the work progresses on a monthly basis.
1. End the payment period on the day indicated in the Agreement and submit an Application
for Payment for Work completed and materials received since the end of the last
payment period.
2. At the end of the payment period, submit a draft copy of the Application for Payment for
that month. Agreement is to be reached on:
a) The percentage of work completed for each lump sum item, (�
b) The quantity of work completed for each unit price item, 1
c) The percentage of work completed for each approved Change Order item, and
d) The amount of materials on hand.
3. On the basis of these agreements prepare a final copy of the Application for Payment
and submit it for approval.
4. The Engineer will review the payment request and if appropriate will recommend
payment of the request to the Owner.
D. Provide a revised and up-to-date progress schedule per Section 01 32 16 CONSTRUCTION
PROGRESS SCHEDULES with each Application for Payment.
E. Provide project photographs per Section 01 32 33, PHOTOGRAPHIC DOCUMENTATION
with each Application for Payment.
1.04 ALTERNATES AND ALLOWANCES
A. Include amounts for specified Alternate Work in the Agreement in accordance with Section 01
23 00 ALTERNATES AND ALLOWANCES.
B. Include amounts for specified Allowances for Work in the Agreement in accordance with
Section 01 23 00 ALTERNATES AND ALLOWANCES.
1.05 MEASUREMENT PROCEDURES
A. Measure the Work described in the Agreement for payment. Payment will be made only for the
actual measured and/or computed length, area, solid contents, number and weight, unless
otherwise specifically provided. No extra or customary measurements of any kind will be
allowed.
1.06 BASIS OF PAYMENT
1. Bypass Pumping and Appurtenances
Payment for bypass pumping includes discharge line installation, pump rental, pump
operation, pump maintenance, appurtenances, sump pits, and diversion of sanitary sewer
forcemains and shall be made at the lump sum price for each individual installation as.
established and enumerated in the Bid Form bid and shall include furnishing all labor
materials, equipment and incidentals necessary for installation of a temporary sanitary sewer
force main for temporarily diverting and dewatering of sewers during internal television
inspection (CCTV), cleaning operations, odor control, rehabilitation, and inspection of the
project pipelines and of service laterals prior to and during the rehabilitation of the pipeline
and prior to reconnection to the rehabilitated pipeline as indicated on the Drawings and in
compliance with the specifications. This item includes the removal/replacement of any
manhole tops required for bypass operations as well as any excavation or pavement
removal/replacement necessary for excavation. This item also includes removing and
replacing all plugged manholes not explicitly called for in the Drawings, and rerouting existing
lateral connections including force mains where required in the project vicinity. Any bypass
proposed or deemed necessary but not established and enumerated in the Bid Form is
considered subsidiary to the work and shall not be paid separately.
i..
Payment Procedures 01 29 00-4
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
A map of fire hydrant locations is available here: http://ewebmap.ci.lubbock.tx.us/map/.
2. PIPE CLEANING, 24 INCH, REMOVAL OF SEDIMENT
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 24"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove solids, roots, soil, sand, and
pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and other debris,
thus maximizing flow capacity for the bypass diversion to this sewer. If existing pipelines
owned and maintained by the City are proposed for bypass, approval must first be given by
the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion.
3. PIPE CLEANING, 30 INCH, REMOVAL OF SEDIMENT
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 30"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove solids, roots, soil, sand, and
pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and other debris,
thus maximizing flow capacity for the bypass diversion to this sewer. If existing pipelines
owned and maintained by the City are proposed for bypass, approval must first be given by
the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion.
4. PIPE CLEANING, 24 INCH, REMOVAL OF TUBERCULATION
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 24"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove tuberculation, solids, roots,
soil, sand, and pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and
other debris, thus maximizing flow capacity for the bypass diversion to this sewer. If existing
pipelines owned and maintained by the City are proposed for bypass, approval must first be
given by the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion. The basis for
acceptance for this work is a minimum of 98% removal of pipe tuberculation. An onsite
Engineer/(RPR) will have the authority to make this determination of acceptance based upon
video inspection. Likewise, onsite Engineer shall have the authority to abandon the cleaning
process and schedule the gravity sewer main for future removal and replacement. Approval
from the RPR required prior to performance of work.
5. PIPE CLEANING, 30 INCH, REMOVAL OF TUBERCULATION
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 30"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove tuberculation, solids, roots,
Payment Procedures 01 29 00-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
d s'
soil, sand, and pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and i
other debris, thus maximizing flow capacity for the bypass diversion to this sewer. If existing
pipelines owned and maintained by the City are proposed for bypass, approval must first be
given by the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion. The basis for
acceptance for this work is a minimum of 98% removal of pipe tuberculation. An onsite
Engineer/(RPR) will have the authority to make this determination of acceptance based upon
video inspection. Likewise, onsite Engineer shall have the authority to abandon the cleaning
process and schedule the gravity sewer main for future removal and replacement. Approval
from the RPR required prior to performance of work.
6. ATTEMPTED TUBERCULATION REMOVAL
Payment for attempted tuberculation removal shall be made at the unit price bid per each. and
shall include all costs to make a concerted removal effort. This work includes setup, labor,
equipment, delays and appurtenances to attempt tuberculation removal on the specified
segment of gravity sewer lines. The Contractor must spend at least 2 hours of active
equipment operation in his choice of removal options to be compensated under this item for
attempted tuberculation removal. If tuberculation removal is successful according to the
above established standards, the Contractor will receive no compensation under this item.
An onsite Engineer/RPR shall witness the attempt to receive credit for the effort.
7. WASTE MATERIAL REMOVAL AND DISPOSAL
Payment for removal and disposal of all removed materials resulting from the cleaning
operation shall be made at the unit price bid per dewatered US ton, and shall include
transport and disposal of all tuberculation, solids, roots, soil, sand, and pieces of broken pipe,
bricks, grease, grit from sewer lines and manholes and other solid or semi -solid debris.
Weight of debris disposed shall be determined after waste has been dewatered. Contractor
can waste the wastewater back to the collection system once he has proven that the proper
screening devices are in place. Under no circumstances shall removed debris be allowed
back into the sewer collection system.
8. CCTV INSPECTION, EXISTING WASTEWATER LINE (CIPP SEGMENTS AND
ADDITIONAL SEGMENTS)
Measurement and Payment for Closed Circuit Television (CCTV) Inspection of the pipe for
Inspection of Pipe not Inspected Previously, Inspection of Pipe after Cleaning operations,
Pre -Liner Inspection of areas to be rehabilitated, Post -Liner Inspection of pipe that has been
rehabilitated or replaced. Measurement for closed circuit television inspection shall be made
at the unit price bid per linear foot, and shall include video recording the condition of the
existing sewer pipeline, CCTV inspection after cleaning, inspection prior to rehabilitation or
repair, inspection after pipe rehabilitation or repair, as shown on the Contract Documents
prior to any other work beginning on the pipe. Provide internal inspection of sanitary sewer
lines by means of a closed circuit television camera.
The Contractor shall use CCTV defect logging software that is PACP-certified, which assures
that the software can be used to export a database of all inspection and defect details that
conform to the NASSCO PACP database standard, latest version or version 6 at a minimum.
The Contractor shall add Resident Project Representative specific defect codes to the
database as required to insure uniform defect identification and naming.
Payment Procedures 01 29 00-6
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 A
t,
Payment includes all costs associated with the CCTV inspection, inspection reports, delivery
of video in MPEG-4 format on a hard drive and digital video disk (DVD) including all
materials, labor and equipment, complete in place, as specified and/or shown. Payment shall
be precluded by the delivery of two (2) copies of deliverables to the Owner and one (1) copy
of the deliverables to the Engineer.
9. TRAFFIC CONTROL
Payment for traffic control shall be made at the lump sum price bid and shall include
furnishing all labor materials, equipment and incidentals necessary for all necessary traffic
control measures as indicated in the Contract Documents, the Drawings and in compliance
with the detail shown in the plans. Work shall also include traffic control and coordination
with the City of Lubbock to park trucks and equipment on public and park roads.
10. TOTAL MOBILIZATION
There will be no measurement for mobilization. Mobilization costs shall not exceed 5% of the
overall project costs. Payment shall be made at the lump sum price bid and shall be full
compensation for all labor, materials, equipment and incidentals required to mobilize to the
site to complete the work detailed in the Drawings and construction documents.
END OF SECTION
t
Payment Procedures
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
01 29 00-7
Pate Intentionally Left Blank
MCity of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 17-13037-TF
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 1A
Before submitting your bid, please ensure you have completed and included the following documents in the
order they re listed. The contractor is only to submit (1) one original copy of every item listed.
1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL
FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must
be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to
execute a contract and any required bonds, according to the accompanying forms, for performing
and completing the said work within the time stated and for the prices stated below. In case of a
discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."
Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a
bid surety WILL result in automatic rejection of your bid.
3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
Contractor's signature must be original.
4. Clearly mark the bid number, title, due date and time and your company name and address on the outside
of the envelope or container.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office
prior to the deadline. Late bids will not be accepted.
6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained
in detail and submitted with Bid.
7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCL4L SECURITY number.
8. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE.
9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED:
H. Please submit the ONLINE DISCLOSURE OF INTERESTED PARTIES
FORM 1295 within the specified time
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BlD BEING DEEMED NON-
RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
Ace Pipe Cleaning, Inc.
(Type or Print Company Name)
Page Intentionally Left Blank
1.
_. 2.
., 3.
4.
5.
6.
7.
8.
9.
_ 10.
11.
12.
12.
13.
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269-151 THRU 2269-058
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS-BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Pate Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
Notice to Offerors
RFP 17-13037-TF
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on November 3, 2016, or as changed
by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for
the construction of the following described project:
"Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase IA"
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole
responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing
and Contract Management for the City of Lubbock, before the expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 2:00 PM on November 3, 2016, and the City of Lubbock City Council will
consider the proposals on December 1, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any
formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said
contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best
Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS
ARE PROVIDED AND APPROVED.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE
OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL
SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION
OF THE PROPOSAL SUBMITTAL.
Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock
Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded
from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading
or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding
all local conditions under which the work is to be done. It shall be understood and agreed that all such factors
have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a
non -mandatory pre -proposal conference on October 18, 2016, at 10:00AM, in the City Council Conference
Room Suite 201 1625 1311 Street Lubbock, TX 9401 7
l_
Offerors may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND
SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents
are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and
specifications may be obtained at the proposer's expense. r .
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each
offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the
requirements contained therein concerning the above wage scale and payment by the contractor of the
prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to
this advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
proposal meetings and proposal openings are available to all persons regardless of disability. If you require
special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta .Alvarez
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
i(.
GENERAL INSTRUCTIONS TO OFFERORS
i
At the request of the proposer, or in the event the Director of Purchasing and Contract
Management deems the interpretation to be substantive, the interpretation will be made by
written addendum issued by the Purchasing and Contract Management. Such addenda issued by
the Purchasing and Contract Management Office will be available over the Internet at
http://www.bidsygc.com and will become part of the proposal package having the same binding
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation
considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before
the proposal closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing and Contract Management Office
in writing or in this RFP should be used in preparing proposal responses. All contacts that a
proposer may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or
seen or heard in any communication facility regarding this proposal should be disregarded in
preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of
these specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations
and examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and
examinations shall not relieve the proposer from obligation to comply, in every detail, with all
provisions and requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and
has provided sufficient sums in its proposal to complete the work in accordance with these
plans and specifications. If proposer does not notify the Director of Purchasing and
Contract Management before offering of any discrepancies or omissions, then it shall be
deemed for all purposes that the plans and specifications are sufficient and adequate for
completion of the project. It is further agreed that any request for clarification must be
submitted no later than five (5) calendar days prior to the opening of proposals.
5 PROPOSAL PREPARATION COSTS
P.
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
2
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Govt. Code 252.049(a)
6.3 Marking your entire proposal CONFIDENTIAUPROPRIETARY is not in conformance with the
Texas Open Records Act.
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
proposer is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
t in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
12
13
14
15
PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive
proposals. It shall be the offerors responsibility to advise the Director of Purchasing and
Contract Management if any language, requirements, etc., or any combinations thereof,
inadvertently restricts or limits the requirements stated in this RFP to a single source. Such
notification must be submitted in writing and must be received by the City Purchasing and �M
Contract Management Office no later than five (5) calendar days before the proposal closing
date. A review of such notifications will be made.
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE i
PROPOSAL CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Senior Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFloresrmylubbock.us
Bidsync: www.bidsync.com
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 150
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City
of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
provided, however, the City reserves the right to require the Contractor to submit a progress
schedule of the work contemplated by the contract documents. In the event the City requires a
progress schedule to be submitted, and it is determined by the City that the progress of the work
is not in accordance with the progress schedule so submitted, the City may direct the Contractor
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no
claims pending, of which the Contractor has been notified.
l'
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed
against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within TWO years from date of final
acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free performance and fault -free result in the processing date and
date -related data (including, but not limited to calculating, comparing and sequencing) of all
hardware, software and firmware products delivered and services provided under this Contract,
individually or in combination, as the case may be from the effective date of this Contract. Also,
the Contractor warrants calculations will be recognized and accommodated and will not, in any
way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option,
may require the Contractor, at any time, to demonstrate the procedures it intends to follow in
order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its
sub -contractor or any third party involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for
use during construction will only be furnished directly to the Contractor. The Contractor shall then
distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper
i prosecution of the work contemplated by the Contractor.
5
I
19
20
21
22
23
PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of a proposer the following information:
(a) The experience record of the proposer showing completed jobs of a similar nature to the one t
covered by the intended contract and all work in progress with bond amounts and percentage__f
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents
in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility
lines, conduits or other underground structures which might or could be damaged by Contractor during
the construction of the project contemplated by these contract documents. The City of Lubbock agrees
that it will furnish Contractor the location of all such underground lines and utilities of which it has
knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned.
All such underground lines or structures, both known and unknown, cut or damaged by Contractor
during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's
expense.
BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish
r the name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance
as required in the General Conditions of the contract documents, from an underwriter authorized
to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be
furnished to the City and written notice of cancellation or any material change will be provided
ten (10) days in advance of cancellation or change. All policies shall contain an agreement on
the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at
his sole cost and expense through the life of this contract, insurance protection as hereinafter
specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance
shall be carried with an insurance company authorized to transact business in the State of Texas
and shall cover all operations in connection with this contract, whether performed by the
Contractor or a subcontractor, or separate policies shall be provided covering the operation of
each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
' 26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this
project shall not be less than specified in the schedule of general prevailing rates of per diem
wages as above mentioned. The proposer' attention is further directed to the requirements of
Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of
the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
work under this contract requiring an inspector will not be performed on Sundays or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
1
27
28
29
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to
each worker. This record shall be open at all reasonable hours to inspection by the officers and
agents of the City. The Contractor must classify employees according to one of the classifications set
forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the
contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf
this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar
day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included
in these contract documents.
PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
PREPARATION FOR PROPOSAL
29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written
in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price
and the extended total for a bid item, the unit price will be taken. A bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. The
bidder shall submit his bid on forms furnished by the City, and all blank spaces in the
changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name
29.3.2 Proposal "RFP 17-13037-TF CANYON LAKES SANITARY SEWER
INTERCEPTOR REHABILITATION - PHASE IA"
8
r�
r
__A
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
.' 30 BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
(' the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
aF
(d) Statutory Bonds (if required).
"- (e) Contract Agreement.
(f) General Conditions.
.: (g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
b to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
{ considered incorporated by reference into the aforementioned contract documents.
31 QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of
the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the
service specified therein in a satisfactory manner. The proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all
information for this purpose that may be requested. The proposer's proposal may be deemed not to meet
specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the
proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the
obligations of the contract and to complete the work described therein. Evaluation of the proposer's
qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
9
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32 BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 65% for Price, 25% for Contractor Qualifications, 5% for
Safety Record Questionnaire, and 5% for Construction Time. The selection criteria used to evaluate
each proposal includes the following:
32.1 65% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or,
conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value multiplied by the weight of the price factor for the price score. For
Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor =
Price Score.
32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, IJ
the City uses the "Contractor's Statement of Qualifications" attached within and past experience
with the contractor. The City may also interview the job superintendent at a time to be named I
after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: C_
(Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns
points based upon the responses the contractor provides in the "Contractor's Statement of
Qualifications" And any past experience with the contractor. The "Contractor's Statement of
Qualifications" is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
to
32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five
points allowable. Each evaluator assigns points based upon the responses you provide in your
"Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR).
Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs,
will receive zero points for this portion of the selection criteria. The City may consider any
incidence involving worker safety or safety of Lubbock residents, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor under the
contractor's control. Evaluators base their rating primarily upon how well you document
previous offenses with the date of the offense, location where the offense occurred, type of
offense, final disposition of the offense, and any penalty assessed as well as the EMR.
32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the
following formula when determining construction time as a factor for construction contract
proposals. The lowest construction time proposal of all the proposals becomes the standard by
which all the construction time proposals are evaluated. One at a time, each proposal is
evaluated by taking the lowest construction time and dividing it by the construction time of the
proposal being evaluated. That fraction is then multiplied by the maximum point value
multiplied by the weight of the construction time factor for the construction time score. For
example: (Lowest construction time/Current Proposal construction time) x Maximum Point
Value x Weight Factor = Construction Time Score
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
Committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee
based on committee discussion. Please note that offerors with higher qualifications scores could
be ranked higher than offerors with slightly better price scores.
32.6 The estimated budget for the construction phase of this project is $900,000
32.7 Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included in
this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY
COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE
w: REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
11
33.3 The City shall select the offeror that offers the best value for the City based on the published s
selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract
with the selected offeror. The City and its engineer or architect may discuss with the selected
offeror options for a scope or time modification and any price change associated with the r
modification. If the City is unable to negotiate a contract with the selected offeror, the City shall,
formally and in writing, end negotiations with that offeror and proceed to the next offeror in the '
order of the selection ranking until a contract is reached or all proposals are rejected.,_
33.4 In determining best value for the City, the City is not restricted to considering price alone, but 1F
may consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu
of the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind. "
34. ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON
THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR
PRESENTATIONS.
34.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
35 PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
12
1
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2259.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
http://www.wdol.gov/dba.qsnx
35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
13
...r
Page Intentionally Left Blank
I",
TEXAS GOVERNMENT CODE 4 2269
SUBCHAPTER D.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In
this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests
proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the
construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow
the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or designated
engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as
applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental
entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as
provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for
competitive sealed proposals that includes construction documents, selection criteria and the weighted value for
each criterion, estimated budget, project scope, estimated project completion date, and other information that a
contractor may require to respond to the request. The governmental entity shall state in the request for proposals
the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly
open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later
+ than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and
rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that
' submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in
the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to
negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss
with the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to
the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In
determining best value for the governmental entity, the governmental entity is not restricted to considering
price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
I
PROPOSAL SUBMITTAL FORM
Pau Intentionally Left Blank
REVISED
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE: November 2, 2016
PROJECT NUMBER: RFP 17-13037-TF Canyon Lakes Sanitary Sewer Interceptor Rehabilitation -
Phase 1A
Proposal of Ace Pipe Cleaning, Inc. (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the construction of a Canyon Lakes Sanitary
Sewer Interceptor Rehabilitation - Phase 1A having carefully examined the plans, specifications, instructions
to offerors, notice to offerors and all other related contract documents and the site of the intended work, and
being familiar with all of the conditions surrounding the construction of the intended project including the
availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct
the project in accordance with the plans, specifications and contract documents, within the time set forth therein
and at the price stated below. The price to cover all expenses incurred in performing the work required under
the contract documents.
ITEM
ESTIMATED UNIT
EXTENDED j
NO.
DESCRIPTION
UNITS
QUANTITY PRICE
AMOUNT
1
Bypass Pumping and Appurtenances
°
Setup, operate, maintain, and remove bypass pumping
la
and appurtenances as required for Segment I cleaning
LS
l
cgaos�
t l'-00 ,
and video inspection
Setup, operate, maintain, and remove bypass pumping
l b
and appurtenances as required for Segment 27 cleaning
LS
l
LA", Dui•
Lo 10 V J ,
and video ins ction
Setup, operate, maintain, and remove bypass pumping
lc
and appurtenances as required for Segment 9 cleaning
LS
1
4► ,000.
L- -,
and video inspection IH-27
t
Setup, operate, maintain, and remove bypass and
I d
appurtenances pumping as required for Segment 10
LS
1
cleaning and video inspection
Setup, operate, maintain, and remove bypass pumping
le
and appurtenances as required for NWL-023 to NWL-
LS
I
�l3,00�.
lk bUJ.u�
024 cleaning and video inspection (City Park by 2nd
St
Setup, operate, maintain, and remove bypass pumping
l f
and appurtenances as required for NWL-026 to NWL-
LS
J
IJ 3,0uo'
\-13 UJ.
027 cleaning and video inspection Jo land
Setup, operate, maintain, and remove bypass pumping
I
and appurtenances as required for NWL-028 to NWL-
LS
l
029 cleaning and video inspection (Jo Iand
i
f.
REVISED
ITEM ESTIMATED UNIT EXTENDED
DESCRIPTION UNITS
NO. ._ QUANTITY PRICE AMOUNT
Setup, operate, maintain, and remove bypass pumping L
I h and appurtenances as required for N WL-029 to NWL- LS 1 li 3s o� 4 3 t 00 v
030 ct and video ec4ion 3 :land
Provide sediment removal of existing 24-inch diameter
a LF 2,841 t 4l• 00 1 s3 ►. Lj
sanitary sewer (All Segments except Segments 9 &. 10) t
Provide sediment removal of existing 24-inch diameter
2a sanitary sewer (Segments 9 & 10 only) LF i ��•� 13 i 1 �.
Provide sediment removal of existing 30-Inch diameter -1
3 sanitary sewer LF 1 L14. 3 5,1 a33�
Provide tubereulation removal of existing 24-inch l
4 diameter sanitary sewer (Segments 9 & 10 only) LF 3s•� �����D'
5 Provide tuberculvdov removal of existing 30-inch LF bS
diatnew itary sewer •�
¢ Arsted turaulstion naval.
ete v Y rc ;jam B it_exiir 30.3nch@ 1 o,c>Lva J Dote
A, t(�� t,�a1a i�a�n rem tsa otct�� 24-inch 1 6���` (l7, ®oa
c s ent 10} � BA 1 ;o.ut� lt7,00�
Provide removal and disposal of all internal debris
f 7 removed during cleaning operations (All Segments TON 300
except Segments 9 & 10) P •0 u ooj ` ff
Provide removal and disposal of all internal debris
7a removed during cleaning operations (Segments 9 do 10 TON 155 !fit t400 t�J
one
Perform closed circuit television Inspection of existing
sanitary sewer (ell depths, pipe materials, and pipe LF 4,01 I Ld � , 0 a a LL)
diameters) (All Segments except Segments 9 & 10)
Perform closed circuit television inspection of existing
Be sanitary sewer (all depths, pipe materials, and pipe LF 2,421� LA ! '
diameters) (Segments 9 do 10 only) •
Traffic control, including design, permitting,
equipment, materials, temporary paving, flagmen, and 11
LS 1
other components necessary to setup, maintain, and t, t is r da0 j J
remove tempo
controls
} I -
10 Mobilization LS 1
Total Amount Bid (Items 1-jM S �,
Offeror's Initials P ��
i
t6��-�1
i
�ti; � 1 i11!' Lyl�iTi7 ljl`�iT:1'
1. Contractors proposed CONTRUCTION TIME for completion:
TOTAL CALENDAR DAYS: 150 Subatantfal Completion
TOTAL CALENDAR DAYS- ISO
Final Completion
Offeror ht reby agrees to commence the work on the above project on a dme to be specified in a written *o-lice to Proceed" of the
Owner mud to an n complete the project within 150 Consecutive ve Callender Days with t1ual Completion within 180
Coasav&e Colander Days as stipulated In the specification and other contract documents. Offewr hereby further agrees to pay to
Owner as liquidated damages in the sum of S500 for each consecutive calendar day afRersubstential completion and liquidated datnaps
In the own of SM In excess of the time to fuel completion set froth herein above for completion of this project, all as more fully set
forth in the fituwW Conditions of the Rgroement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction
number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing.
The Offeror agrees that this proposal shall be good for a period of calendar days after the scheduled closing time
for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans,
speelflcations and contract documents pertaining to the work covered by this proposal, and he Bather agrees to commence work on
the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided In
the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check
Issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a
L guarantee that offeror will enter Into a contract, obtain all required insurance pooches, and execute all necessary bonds (if required)
within ten (W) days after notice of award of the contract to him.
. k Offeror's Initials
REVISED
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a
Cashier's Check or Certified Chec for Dollars (S ) or a
Proposal Bond in the sum of i Dollars (S ), which it is agreed
shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the
Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the
required bond (if any) with the Owner within ten (10) business days after the date of receipt of written
notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned
upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include al I contract
documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Bruce Vantine
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. I
Date 10/17/16
Addenda No. 2
Date 10/27/16
Addenda No.
Date
Addenda No.
Date
Date: 11 /2/16
Authorized Signature
Steve Hontz
(Printed or Typed Name)
Ace Pipe Cleaning, Inc.
Company
Address
Kansas City,
MO Jackson
City,
County
MO
64120
State
Zip Code
Telephone:
816-24.1- 2891
Fax: - -
Email: bvantine @acepipe.com
FEDERAL TAX ID or SOCIAL
SECURITY No.
44-0580656
NIAVBE Firm: woman Black American I Native American
Hi anic Americon Asian Pacific American I Other (Specify)
BID BOND
CONTRACTOR:
(Nam4 legal slates and ad*ew)
Ace Pipe Cleani Inc,
6601 Universal powers
Kansas City, MO 64120
OilMER:
(Navie, legal stapes and address):
City of Lubbock, Texas
1625 1311 Street, Room 204
Lubbook, TX 79401
TRAVELERS CABIJALTY AND SURETY COMPANY OF AMERICA
!-Iw ford, Connecticut 09183
SURETY:
(Naw4 legal status aW prindpal platy of buslnesr)
Travelers Casualty and Suety Company ofAnuorlea
Onc Tower Square
Hartford, CT 06183
BOND AMOUNT: Pive Pment ofthe Total Amount Bid (5%)
PROJECT:
(Namy lacatlar or address, and principal number, (f'any)
Canyan Inks Sntnitary Sewer Intersepier Rehablilttaifon a Phase II1A1e
The Contractor and Suety are bound to the (honor In the amount set ibrtb above, fbr the payment of which the Contractor and Surely
bled theraw1va, their heirs, oxecatars, administrators, ouccenors and assigns, jointly and severally, as provided hereln. The condk]Du
of this Bond are such that if the Owner accepts the bid of the Contractor whhin the time specified In d w bid documents, or wlthfn such
time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract wills the Owner in
accordance wih the teens of such bid, and gives such bond or bonds as may he specified In tho bidding or Contract Documents, Willi a
surety admitted Jn the jurlsdiaion of the Project and atlterwin acceptable to the Owner, for the fluldrhtl performance of soh Couttract
and far the prompt payment of tabor and material furnished In the prosecution thereof', or (2) pays to the Owner the diffurance, not to
exceed the amount of this Bond, between the amount specified In said bid and such huger amount for which the Owner may in good
&M contract with another party to pufonn the work covered by said bid, then ibis obligation shall be null and void, otherwlse to
remain in full force and effbat. The Surety hereby waives any notice of on agreement betwan the Owner and Contractor to wdend the
time in which the Owner may accW the bld. Waiver of notice by the Surety shall not apply to any extension exceeding alxsy (60) days
In the aggregate baymW the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the
Surety's consent for an extension beyond sixty (60) dnys.
If this Bond is issued in coancetton with a subcontractor's bld to a Contractor, the %arm Contractor in this Bond shall be deemed to be
Subcontractor and the tern Owner shall be doomed to be Contractor.
When this Bond has been tiwnhhed to comply with a statutoty or other legal requirement in the location of the Project, any provision in
this !Sand conflicting with said statutory or lead requirement Mall be deemed deleted hemftvm and providons conforming to such
statutory or other legal requirement shall W deemed incorporated herein. When so furnished, the lnftt is that this Bond shall be
construed as a statutory band and not as a common law bond
Slgncd and salad this 3rd day of November, 2016
(Witness)
(Princlpwl) (Seal
(7'trleJ
Secretary / Treasurer
(Surety) (Sent)
(lJ'ttr�ers at[7 _ mile) Oscar F. tint ws Attorney -la -Fact
The Compa sxecwft Wo bond vouches that We document conforms to American Instituto of arahitecis ®ooumant t,010, 2010 F.dfuon
YYAi> NM ilM6 P0WER QF XTIXW* * 1NVIN,ID YUfTH0 T`T sum" a �_.•�x�' . '�T� �y _ " _
POWlKR OF ATTORNEY
TRQVELE
Fttrmlr�tan Caaaalty C,, St. Paw Mercary taut— cesnpacq
H& ty tad Cuarartty lawtrauee Cmnpw Tit velna Ctesdly card Surety Complb 7
n "My tad atttrattty Isanram Uo&r*Arrs, Ian. Travelers Cwtal ly wad Aarely Compsttty of Ana ien
St. Peal Fire and `!*ricer TwumoceCompW United Swett Fi d4 ww Guarmo Company
St. Paul Guardtert Imwsarr Cetapay
Allorseydn Pat No-1 116 crrm-rtm ria. 006895612 }
lQYO1V ,11.I, MEN BY 7TiRS6 PRESF.(M: That I'axmiailea ctnoaity Ctntcparay. St, Paul Pirc wd Maniac ltwrsanx Concpaay. St, POW Otardian Inwtanca
Company. St. Pwl hk7mrry lnwmmcc Company. TwmJcn Cwwhy sad Surety Company, Tr vela Camaity and Surety Company of Awcrica, asd United Suter
Fiddky raid Oummaey CmVsry we cocpormiom duly orpnt" under the laws of tlw Suae or Connecticut. Ouu Pldelky old O/alenty Immuntaes Contpony IS a
aorpumlort duly mpslrsd aader the laws of the Su9e of Iowa, and 11W Pldetky mid CWanMy Irmnace Underwritea, Inc., Is a corpotatka duly mpnFad snider the
htws of the State of W womin (herein coliecttwely cai cd the "Corupuda"), and ohm tits Companies do hereby make, cansthate and appoint
Carol F. Taxiotii, Hymm litmvii, Adele M. Komuk, Gywc Murcal, Gail 3duveder, Gina M. Danuo, Thom A Pieter, Michael Damewood,
Lulsa Sqo wr, Thvrian N. Tape. Breads D. Hockb=W, Chalices A. Oswald. nm S. Plata , Todd D. Bumdak Dale F. Poqueue.Oscar F. Rineon,
Motact Alcamar, Jaum P. Pagm, Stephanie M11ter, Onwa Fowntm, Arta MWder, Rictus Rekkubtch, Miry D. Thomas, Arks Dt lcm. Dan Hinson,
Dui Ome. Krlaw Ramnie. Kathlm Siawait, Mary Jo C attpboti, Cmrr(e Smith. Adam Kvaw., Jessica Hemn ilm Robin Mind, Jason Curtm iap,
6ndly Swatimmid, Reeser D. Davis, Tiffany UrPj% Anthuny Pam &W Kyle Pollock
M the c7n .1 , lit i((Jatli tYili : . St.sc or, 11111"A _ . tLci uw surd lawhl Artoraay(er4n4WL
each in their sepmsu upeaky it mare than ale Is named abort, to aip, execute, seal sad aekaowkdgc any and all bwtdr, t rcoanlxaneet, condlliaml a &,talcirlp saki U
offer writinp obligatory in the natm ttwnvr on behalf of the Companies in their budaess of paraeteeirty the fidelity of ptwm, dusaniolPS the pmforntance of
eoalrads and aecatlni to ywndea4yt boat and uodertalktrip required or peratitrod In say actions or proceedlop eltawed by law.
i N 1VIT MS 1VJlEKEOF, the ComWks have cateed thl o knstnuorm to he alined and thtlr enrpoartc seals tube hucw o sad, dds
dnv nt r Jules _ _ . 7016
Marmittgtea Calamity COMPMW fit. Paul htnTury Iaauraeee Coft""y
Plelrlity turd Gttsrtsty laser um Caoapany Tiravetecs Cawaky sad Surely t mnWy
Fiddlty and Guaranty bumuc Unda-%viters, tut!, 'Travelers Caintalty and Surety Comptary at Am cks
$A, PsW Flee and Marliu Inauranre Contpw,y UuW States Fidelity and Guaranty Cantata,)•
St. Pant Cttnrdkw lmalraact: Cmttparo
,. ►r 1 I.ati �1. Yw.,
ly
a lost
�../
c1■a ��
µ d • • :wr
scam of Cat►aeaxtcat try: e
City of Hartford as. HabrrtLRanot,Seatervfaa' Protdewt
on thg dies 191h tiny oil lulu Zbtb ,before ate peraonrily appenmi Robert L. Rancy. who aektwwkdged hiimdf 10
be the Senior Vice Pnsi knt of PamAngton t^seualty tottpany, ftdellty utd Owrnnty lawntmee Cmitpatcy, pidelhy and Ouueaty imurnace Uaderwrlta/, inc, St. P&W
Fire sad Merinc lestauree Catnpsaq, St. Paul 4uanikui Intutanee Company, Si. Patel Ata:tectry ilaurattec Compmay,'havatara Casualty arui Surety Company,Trawetera
Canialty sad Soupy Compmy of Amalie, PO United Strew Fidelity and Owninty CanTany, and dale he, as anch, being owherimd so to do,cuemad the tumi;cIM
immnswerni for the pu rpota tl mtk twauleed by slgsing on belmlf of the catporationt by himself as a duly a ugwimd ofncar. It JI
In lYunas 1Vkereof, I hacunw en my hnsd sad official K.I.
My Curnwialeo esplra dot 30th Jay of luny. 2021. muk C.'1li m%tioi,ay rilltle
58440-5-10 Ptintiml In MSA
WARNING: TW8 POWER OF ATTORNEY 19 INVALID WITHOUT THE RID BORDER
I
This Prnver of Attorney b granted under rn+d by the awbeefty of the followhig reed utions adopW by the Boards of Directors or P■mdngtan Caseaky Company, Fidelity
and Guaranty Insurnice Company, FkWy and Guaranty Imuraace Underwriters, Inc,, St. Paul Fire rod Mardre lostuatice Company, St. Paul Guudbn Insurance
CaVtpmq. St. Paul Nlncnry Insurance Conapaty. lWycicrs Casually and Swely Company. Tmvelcra Cowalty oaf Somy Company or America, surd Untied Shoes
Fidelity and Gummy Company. which molutiams are now In Mfl force mul effect, reading as follows;
RESOLVED, that Ihr Chair—, fire Presklem, any Vies Ciudrrm, any Executive Met PnWo6eao4 any Seoim Mae Pmidcat, any Vke i4nident, arty Second Vice
President, the Treasorer, any A8110W Treasurer. the Corporam Secretary or stay Anisho Secrelsry my appolai Allomys-ln-Fact ad Agents to act for end an behalf
of tke Company sad tray glue arch appeA»lee sack anbalty as bus of her Wiffkate of rtithaity my prescribe to sign wlib The Canpmiy's aat>}e and sfal with sire
Compaq Is mad bends, recopirances, eaattreea of Indemnity, and taker wAtkW ttbiigdoty In the staprae of a bond, ttogVim ee, or tmrndbi omd uadntakiog. Tend any
of Paid ollfltm or the Baud of Directors at any dmc may watowe ray such appointee and mvokc the potter ghee him or her; sad it Is
FURTHER RUMVHD, that the Cha taaau, Tito Pectildcra, ray Vice C2talmmn, any liaeeut(va Vice Pa sid"l, any Scalar ft FoAdeai or soy Vuz PnfskWI mq
ddsgate all or any part of Doe fotia8oiag auft ty to au or more offlom or eeapioyers of this Csattpmty, Provided that cub sock delegation U is wrkiag tad is copy
thereof Is Mod m the offlee of 003cciclaryr,, add IT h
FURTiIF.It X)MOLVED, ihA any frond, mcogalvaore. connect of Indemnity, or witUq ohligatoty In the nature of a 6wW, mcogakm=. or am undertaking
shall be valid and Wading upon the Camp ny when (a) signed by the P aidem.arry Vkv Chid rman, any Paaecvdve Vice President, any Senka Mac P re"at or any Met
President, any Second Vice President, the Tarmurrr. any A"Lanat T esaacr, die Corporate Secaetary or any Assistant Secretary mad duly attested and scaled with the
Company's seal by a Secretary cr Asain nt Sammy; or (b) duly c, utcd (tioder seal, if requited)by ore ar mote Auoaiey 4ri-Pact and Agent punsuau to the power
Proscribed in his or her cerGfiewe or mdr cal orates of nuthodty or by ant or more Company officers pumnmt to a wrliten delegation of unharicy; and it is
FURTHER RESOLVED, that the signature of each of the following officers: Freshicat, ray 13accugive Via IrresldsM any Senior Vnce Preahitnt, any Via PXAdcm.
any Anistsnt Vice Prmideau, any Seaahuy, any Assistant SecMtry, and lha seal of the Company may be afflaed by facsmlle to any Power of Attomcy or to any
cerlifcato relating theroto appolni ft Ra WC11 Vice Phsidente, ReaLkm Assstaa Secretaries or Alloracya-in-Fad fa pwpaes only of esecufirg ad attesfiq bonds
and trndeAakiags and tdlref wridnga abliptary In The Datum thereof, and any such Power of Attorney or eertVwte bead" rich fantndk signatmc or faWcr[le sesl
&hall be vatic! and bLm* upon the Company and any such power so aaerinrd sad milfkd by such facsimile signature and fxilmile read "I be -Mid and binding an
die Company In the Mace with mspect to any band or undemanding to wdieh It is attached.
1. Kevin 11, Hugbes, tlm underslgaed, Aulstnrd 3r=tory, dFmndngton Caivaity Co mpany, lildellty and Gummy lnsurtnnco Comparty, Pidall ty anti Guimmy Insurance
Ih dentures. Inc, St. Pau! We and Marine lmsumoce Company, St. Paul Ooardba In ufffltee Company. St. Feud Mercury Insurance Company, Travelus Casualty and
Sourly Compatny.7lravelats Caursky and Surety Company of Araks, mid United states )rfdolky anal Guaranty Company do hneby axtlfy dint the obmro sad foregoing
Is a True aid correct ropy of the Power of Attorney excemod by said Campania, which Is in lull farm and efkci and has tot been revoked.
IN TY.gTII KMY W"MOF, I have hereunto ut my hail and affixed the>eith of said Ca+panies fhb -2X day of .__ ,_NOVember , ZOl b
Kovin 1I. Uug1►ix.,Asskraat gar. try
96Iy ,>9
1fi11I i� 96AI. aria
To verify flea authenticity of this Power of Attorney, call 14OD-421-3880 or eattaci to at www.havcI=bW d,com. Plea= mra to the Aumnty-In-Fact number, the
ttbow-named Individuals laud the details of tht bond to which rho power is attached.
WMfIMNO: THIS PCKWI OF ATTORNEY IS INVAUO WITHOUTTME WD 10R0EA
n
TRAVELERSJ
Insurance, In•Synth,:"
f, Rm. d.AA ffD- tjjo— - ..,,_ ., a Notary Public in and for said County, do itcrc4y
"r ify that Meer F lDfarcon , AUxuuey -in-Fact of the:
Contractors Statement of Qualifications
s
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the finn's bid on this project. Any
such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of
the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER
resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
Contractor's General Information
10
Contractor's Organizational Experience
Organization Doing Business As
Ace Pipe Cleaning, Inc.
t
l
Business Address of Regional Office
a _
Name of Regional Office Manager
{ �"
Telephone Numbers
Main Number
Fax Number
Web Site Address
�1 6i jii�!;! i ca -
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
i
t
Names of Organization
From Date
To Date
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
C,
Carylon Co oration
100 _
Years experience in projects similar to the proposed project:
As a General Contractor 62 As a Joint Venture Partner
'
Has this or a predecessor organization ever defaulted on a project or failed to complete any
work awarded to it?_
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten
ears?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
No
local, state, or federal agency within the last five ears?
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
No
liti ation?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
No
defined in the contract documents?
If yes provide full details in a separate attachment. See attachment No.
11
Contractor's Proposed Key Personnel
Organization Doing Business As Ace Pipe Cleaning, Inc.
Provide a brief description of the managerial structure of the organization and 1. illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No. I
Ace Pipe Cleaning, Inc. is comprised of a President and Vice President at the home office location in Kansas City, h 10.
The Fort Worth office includes an Operations Manager that reports directly to the home office, as well as 3 Superinu ndents
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to
this description. See attachment No. 2
This project would be handled out of the Fort Worth office. Oralio Bernal would serve as the Superintendent.
Tim Birdwell, Nicolas Trejo, Enrigue Esquivel and Danny Wright would provide cleaning and CCTV.
Maverick Pump Services would provide Bypass Pumping. DFW Infrastructure, Inc. would also provide cleanin
&, CCTV.
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role Primary Candidate Alternate Candidate
Project Manager Russell Brown
Project Superintendent Orelio Bernal Casey Carlentine
Project Safety Officer Chad Sigfreid
Quality Control Manager Christopher Cameron Nichole Bauer
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how
much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time
that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to
be divided between this project and their other assignments.
12
Name of Individual
Years of Experience as Project Manager
Years of Experience with this organization
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment Percent of Time Used for Estimated Project
this Project I Comoletion Date
Name
Title/
Candidate role on Candidate role
Project on Project
13
.._W_ __� __._...__ _:.m... _
l
Proposed Project Superintendent f
_ 1
Organization Doing Business As Ace Pipe Cleaning, Inc.
Name of Individual Oralio Bernal
Years of Experience as Project Superintendent
Years of Experience with this organization 15
Number of similar projects as Superintendent 300
Number of similar projects in other positions 150
Current Project Assignments
Name of Assignment Percent of Time Used for Estimated Project i
this Project Completion Date
City of orpus ChnSti 30
4/2017
Reference Contact Information (listing names indicates ap vat to contacting the names individuals as a reference)
Name Name r
Title/ Position Title/ Position u
Organization Organization
Telephone Telephone L�
E-mail E-mail IL
Project Project
Candidate role on Candidate role
Plect on Pro ect
Name of Individual Casey Carlentine
Years of Experience as Project Superintendent r ]
Years of Experience with this organization J I
Number of similar projects as Superintendent tL1
Number of similar projects in other positions 100
Current Project Assignments
Name of Assignment Percent of Time Used for Estimated Project IIIJJJ
this Project Completion Date
Fort Worth ICAP 40 8/31/17
City of Tulsa 10 1/31/17
Name Name
Title/ Position Title/ Position
Organization Organization _
Telephone Telephone
E-mail E-mail 7
Project Project
Candidate role on Candidate role {{
Project on Project I�
14
I
i
i
(J
1
L
C
L
C
Proposed Project Quality Control Manager
Organization Doing Business As
Ace Pipe Cleaning, Inc.
Name of Individual
Christopher Cameron
Years of Experience as Quality Control Manager
6
Years of Experience with this organization
6
Number of similar projects as Quality Manager
150
Number of similar projects in other positions
Current Project Assignments
15
Name of Assignment
Percent of Time Used for
Estimated Project
this Project
Completion Date
San Antonio Water System
50
3/3I/16
City of Corpus Christi
10
8131/17
Trinity River Authority
10
12/31/16
Reference Contact
Information (listing names indicates ap
val to contacting the names individuals as a reference)
Name
Dennis LaSkowski
Name
V
Title/ Position
Title/ Position
Organization
San Antonio Water System
Organization
Telephone
Telephone
U - -7
E-mail
dennis.laskowski aws.or
E-mail
K f
Pro ect
210-233-3682
Project
_
Candidate role on
Project
PM/Quality Control
Candidate role
Project
�1 Qts
on
Name of Individual
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
Estimated Project
this Project
Completion Date
Name
Name
Title/ Position
Title/ Position
O anization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Candidate role
Project
on Project
16
Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five
ears which Vecificall illustrate the or anizadons c abili to rovide best value to the Owner for this ro'ect.
Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the
proposed key personnel.
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
S. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meetinr! HUB / MWBE Particioation Goal
I Equipment Item I Primary Use on Project ( Own I ;." I Lease I
�^ What work will the organization complete using its own reso
Cleaning, CCTV inspection and sediment removal
fWhat work does the organization propose to subcontract on tl
Bypass Pumping, cleaning & CCTV inspection
17
Ace Pipe Cleaning, Inc., has two offices within the state of Texas as well as other locations
throughout the Midwest. Since 1954, Ace Pipe Cleaning, Inc., has become one of the leading
contractors in the industry and has the knowledge, experience, personnel and equipment to
complete this job in the time frame projected and on budget. As well as having onsite
supervisors and superintendents, we have a full time safety administrator and a DOT i
compliance coordinator. While safety is our number one goal, taking care of our customers as
4
well as the general public is equally important to us._t
We have done numerous projects with both Maverick Pumps and DFW Infrastructure, Inc., and -
are very confident in their abilities and day to day operations.
No Text
/ A i
_"P ) 6�
Current Projects and Project Completed within the lost 10 Years x
Attachment A
Project Owner
I I
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
I
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner awmmlmvmm . SEEM Project
General Description of Project:
Project Cost
Date Project
Completed
Key Project Personnel
Project Manager
I
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
I
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
19
6--Ji
2016 ACE PIPE CLEANING, INC. Attachment 1
REHAB CIPP ARIZONA ODESCO
CONTRACTS
MISSOURI TEXAS
a«„, .
owmw
,. ,
}WMI
gtPFrwom
F
ACCOUNTING
SAFETY
ZAPW '
DOT COMPLIANCE
BUSINESS
DEVELOPMENT
� Attachment 2
Orally Bernal I I Casey Carlentine I i ]
Tim Birdwell [ I Enrique Esquivel
Maverick Pump
Services
Danny Wright
CURRENT AND RECENT PROJECT
EXPERIENCE
Introduction
Ace Pipe Cleaning and the Caryl raitonau ov' " s of experience in the sewer
cleaning and inspection b Ixenence an s eld is second to none.
The Carylon Corpora ' provided erciarnng=aside' c ces to many cities
throughout the U ding St. Louis, New York, Loss ge , yer, San Antonio,
Pennsylvania, _ ersey, and Austin. In the last 3 years a 'es of the
Carylon Co on, c ed and inspected over 49,650,531 feet of sewer in�the,United
States. y.w
ns `on h , n� on of Sewers -South"
er: 20 ' I63
Ad�
Street
-MO 6310 f
Cleartin as= itme contract% i 3v on eld urork c
Under tins con . t= ve cleaned and teI ed various shapes and sized of.
nall as ro er to horseshoe sew egg shaped sewers, and arcE
'. We to tt ues such as band cutting eremove heavy roots from 31
s and cl ain ck rs tog i t►e roots, debris, and pro -taps from various
Fer.
Va or 4 years. ji 'August 201
C leEi &V uI Is.-eptember 30, 2414"
fob Miller St. MSD. 314 335-2053
2350 MarWStree
St. Louis, NON—
�&pg_03
,.
�m .
Ace Pipe Clean�ga g,as th a xkaoto cmrxently wo on ntract. Field
activities are compel d `ectis=tn they stet om►oicin 1e on. Final
databases for each projewst, e " n an w o databases to be
transferred into the Districts= 4 aximo data as , Uxi' is contract we televised
approximately 204 laterals and i various sand{si of sewers which has included
6" sewer mains, horseshoe shaped sewers, an 42 9 trunk lines. We have also successfully
employed various techniques for removing large root masses from 42" sewers lines. Scrapers
were used to remove debris from a 54" egg shaped sewer and ultimately the debris was removed
by manhole entry and vacuum truck. Bucket machines were also used to remove debris from
large lines on this contract.
ki
Contract Value: $1,250,000.00 per year for 3 years. This project started in April 2007.
Contact: Bob Miller, St. Louis MSD. (314) 335-2053
St. Louis Metropolitan Sewer District. St. Louis. Missouri
"Sanitary Sewer Cleaning — Missouri River Service Area"
Project Number — 2007167A
2350 Market Street
St. Louis, MO 63103 MU
.. �, �,
Ace Pipe Cleaning, a rime cx a ator,-completed tlt n i ��"his contract
included manhole o ade cleaning of b" — 12" inch sanitary , +ets�within the
awarded con res 'oval areas were added to the project of13 21" 'tary sewers as
well. All fi Id.mplete and final data has been turned over% --the ft" *Ct. Data
was reco edtn GietttteXl? this contract and Microsoft Access databasesen from
nt
Granite ul as s ttals to thstrict.
Conti ct V ue: Sil - 7T5846. bra gth: years, —" t ed in
G tr ct Len 4 ears 3 months:°Thts'�
July t}08. contact: en MIU ` M St.: uis fM MSD. (314} 7b8-6 9 � � N.
St ur etro ric St.' iss as
" i�C7CVUM
�;� specuou&�e] y i Inspection a Sewerr
Pro ec umber:003086B�
235{)1Varket Set46,
1 ct �Y
M Lul,MO6 103
HWR
�r
ae;Pie Cleaniing; $gas theP econtractor, completeilsthis contract All field activtties6,61,
ca pl and ew,,tfted into the District. asffifbr each pro
aeet
A, s& in 46'Granite XP databases toy e, ov furred into the Din t'
Hatu*enand,Maxtm_o tract called for,�tihe�ale;�ning; fon of g
a xi Frnately 1.5 n* lion'fe ,bf sanitary, storm, and combined sew isystems. The size of sew
ptp�+dYtliat s:cieanedanil "eet dza dinsizefmmi6incbm ameterpta °fpat7n. a icter
11IlCl l'.C�1lVl 4V/iYlllUil E1H 111Gi14 lFU Alil if.. s "r.;§"`
1511 11 m Ave
Fort Worth TX 72703
Ace Pipe Cleaning, ae irig as 'e P me Gon toz; "courted. s wo d4%tring the years of
2006-2013. Work includeds the on r 'Iaser/HDCCiV Sin r Lase ICCTV Inspection of the entire
Citywide Large Diameter Concs 588,0001 L.F This project is the
single largest project in the world for the 3 inl Inspection Technology. Ace Pipe Cleaning has
completed approximately 488,000 L.F. of Level 2 Inspections the System. The City has saved
millions of dollars in the "Prevention" of Large Diameter Sewer Mains. The program gives the i
Owner the "Remaining Useful Life" of Large Diameter Concrete Sewer Mains.
Contract Value: $3,100,000.00
Ace Pipe CI e e contractor just completed thM60tracTWW-ring 2012-2013.
g
t:
This prcjeqfJ1n!Mde2"wO= 1,030,073 feet of 6-inch to 24-inch 1AWnT*
dl,ltelevising
w i Ph for
of se sots ALZi
qdKi, �6� software utilized was ITPipes, WinCanV8
the ins es eragis. Theproject was tracked using ArcGIS I ThisT-p also
en rd � "sLl gen �0061h;, that was performed by the J K D
CA s tied
mon 1J*ACP fining`ection videos andA"s. The dUL "M
drive
00 11 -
"lo an ex 3`.Mownload. The k 4, y's main t assets u to be _
in a n t s of torn ieftdebris OWOWMV out of these lines.
,»bract value: twq* --- 11 1
Co Bennis k s 32 S1^Iouston Street, S&kAntonio, TX (210) 223-368
Sanitary Sewer
112013.
IM
11 'Sip
of SeA"',ari'11111111 lill Ksio, J®RTTRWI-1106 Mi'MWwas IT,- el!; V
m `W
lw�, W -�awm_" �.w
CirattiteXP or
the inspMOAR"thi us, gAreMS54" 11 also
JA 0 gram
zvz "am
generat vork o wo t,�� W641 ',submitted
RUM
ed
monthly as'a-PA on VO�
transferred to Oiexternai- Is were found to be
in poor to bad conditi I ffiiHii e balls of
rags and siphons clo with is Ebro FP1 Ufflinon.
Contract Value: $1,3
q
rwie.;;01
Contact: Dennis Laskowski, 3 Si Sifit Mo. TX (210) 223-3682
OMM S
San Antonio Water Systems, San Antonio, Texas
"Annual Contract for Small Diameter Sanitary Sewer Cleaning and Inspection in the
EARZ"
Project Number: 13-1410
C
2800 US Highway 281 North _
San Antonio, TX 78298
Ace Pipe Cleaning, acting as the Prime contractor just completed this contract during 2013. This
project included approximately 819,715 feet of 6-inch to 30-inch cleaning and televising of sewer Cj
mains and 5,328 Manhole Inspections. The software utilized was ITPipes, WinCanV8 and
GraniteXP for the inspection of the se we=MIMThe ro ect was tracked using ArcGIS 10.
This program also generated orders,..otC s performed by the crews. Ace l
JAM. -
also utilized the Envirosite=si�� dam QW, U C utn to-.6", to main inspections.
'4110,'. '
Data was submitted gRoffilyls "AGR'6:0 expo contammgj p Tfon videos and images.
The data was tramto =external hard disk drive fordo R o CI main assets
were found to U ui tion. �
Contract VSILAM i 7
Contact 1Jennts I ko ia, 3920 S Houston Street, San Antonio, TX (210) &3 8212
TX
mai
the
Designated Y
contractor just etip
48 feet of 6-inch toy
JITPipes, WinCanVl
d using ArcGIS 10.
ed by the crews. Da
Zr-;;farad images. The ' -di
"s main assets were''
M
this contract during
h cleaning and tele%
GraniteXP for the it
an
liv
Project Numiber,:.l3` 463
2800 US HighWV h7irth f
San Antonio, TX 7 299P
Ace Pipe Cleaning, actifil ithe Prime=� ,lust rrnripl ed this cotttraet during 2013. This
project included approximately ;1�39 f of 24-cinch to 78 inohcleaning and televising of
sewer mains &siphons. The soflw " ufiltzed�was l�toes; Wii V8 and GraniteXP for the
3T
inspection of the sewer mains. The project was tracked using ArcGIS 10. This program also
generated work orders for the daily work that is performed by the crews. Data was submitted
monthly as a PACP 6.0 export containing inspection videos and images. The data was
transferred to an external hard disk drive for download. The City's main assets were found to be
in moderate condition with hundreds of tons of debris removal. Large balls of rags were
common.
Contract Value: $1,747,197.75
Contact: Dennis Laskowski, 3920 S Houston Street, San Antonio, TX (210) 223-3682
San Antonio Water Systems, San AnLOW MIT
"Annual Contract for Small r .a ;S er and Inspection Work
Order Contract: Grouu"
Project Number:
2800 US Highwa o
San Antonio Z8298 �
Ace Pipe 1 n ,. ehn a Prime contractor just completed this con d ' g 013. This
project ind ed 11.1
pro elf 04,290 feet of 6-inch to 24-inch cleaning and a of sewer
mains Iso tihxme,, a` fer for PVC mains between $ uich and` -i e
softw ` `ti was - . .
i inC For
GraniteXP for the ins tion o a roams.
The Jec was trac t I IS 10M.TThis program also go 'brated work ily
wo °that s perform Data was..submitted mpnt y as a PACP 6.0 ex f
w
co �i g inspectiini � _ `_ ges. Th t ►as sferred to an external hard s *ye
f woad. The s were found to nm state -condition.
un#rA& Value: 509;3s2 3
on j enms 3920 511puston Street, San anio, TX (210) 223-3682
lra stet
<rSewet�lEnSpae�an�: Jill �
PQ $oX 6 0I
Navillei`
Ace'Pr Cleawn `actin v the l?nme con Xco letedthts µ ,fie g, g ,y mP a work di�ngYtllA years of,2010-
2013Ar
u
s 1ineludec eanm, televts wet weatlteriiisp�g'andsm ke` es g`
approx matefy3'000 00afeet of a is s�zefis8=in" a"htoU$-inch diameter.e
��
soflwar60j- izeq yeas Granite and-digi r da submitted weeldy vca<e p nic ransfer.
,. n
Ace suc M15,ly met the'WBE etpaiivn=goa s util�ng I}FW Iafras rncure,�twContract s w
Contact: Jim Paulus,.l '� �. a No iVashvill 3tN 37'L 8 615) 56 3$36M
Kansas Citv Wat 'ces
"Citywide CCTV an G esutin 'was
4800 E. 63rd St."
�a
Kansas City, MO 64130
Ace Pipe Cleaning performed work as the prime contractor for this project. The task for this
project included the cleaning and inspection of large diameter (10" to 216") sewers and manhole
rehabilitation.
Contract value: $750,000.00. This project is 50% complete with year 3 of this ongoing project.
Contact: Matt Thomas, Kansas City Water Services. (816) 513-0306.
Kansas City Water Services Department. Kansas City, Missouri
"CCTV and Cleaning of Large Diameter Sanitary Sewer"
4800 E. 63rd St.
Kansas City, M4 64130
Ace Pipe Cleaning performed work as the prime contractor for this project. The task for this
Company: Ace Pipe Cleaning, Inc.
Name: Russell Brown Start Date: July 2001- Regional Operation Manager
Title: Operations Manager- Proposed SAWS Senior PM
Mr. Brown has been with Ace for 13+ years. He has supervised projects from one days to fast paced SAWS projects
on an accelerated schedule. Examples include; SAWS, Dallas, Nashville and Fort Worth. The projects MR Brown
has managed have ranged from 120 days for 1,000,000 feet annual renewable Inspection and cleaning contracts for
SAWS. Mr. Brown has supervised nearly 20 million linear feet of cleaning and Inspection projects during his 13+
year tenure.
Partial Project References:
Name of Project — Nashville Metro and Davidson Co.
Dates of Service: 2010-2014
Owner: City of Nashville
Address: 1508 31 Ave North
Nashville, TN. 37208
Owner's Representative: (Engineer) Mr. Kevin McCullough Email: mccullougW civicinc.com Phone: 615-426-
0263
Senior PM- Russell Brown
On -site Superintendent: Oralio Bernal, David Hanson,
Data Manager- Hanson, G.I.S- Christopher Cameron
Description of work: 2010-2014: Sonar, CCTV Inspection and Cleaning of the large portions of the Citywide
Sewer Mains. Ace Pipe Cleaning has completed over 2.5 million L.F. of CCTV Inspections and Cleaning activities
and 2.6 million L.F. of SL-Rat Inspections. APC has also performed various tasks including; Emergency Response,
wet weather CCTV, Smoke Testing, Pipe Repair, GPS, GIS Map Corrections, Tank Cleaning, Sonar, and Cap ER.
Related work. The contracts have evolved based upon Metro's priorities and APC has committed to those tasks. Ace
Pipe Cleaning has completed over 2.5 million L.F. of CCTV Inspections and 1.5 million L.F. of Pipe Cleaning
activities and 2.6 million L.F. of SL-Rat Inspections. APC CQTV Inspected over 679,000 L.F. in the V 120 days
and utilized over 20 Jet -Vac's to respond to the post flood response.
Project name: "Sanitary Sewer Cleaning and Inspection Year One Mains"
Dates of service: May 2012 Dec. 2013
Company: San Antonio Water Systems
Contact name: Dennis Laskowski P.E. SAWS
Contact number: 210-233-3682
Contract size: $1,470,008.03
Senior PM- Bruce Jameson/Christopher Cameron/Russell Brown
On -site Superintendent: Oralio Bernal
Data Manager: Christopher Cameron
Completed quantities: 1,043.226 L,F. of Sanitary Sewer Cleaning, 1,026,979 of CCTV inspections, Sonar,
Obstruction Removal, GIS Map Corrections, Flow Control and Dewatering were utilized.
Description of work: Citywide Pipe Cleaning and CCTV Inspection of 6-21" Pipe.
Project name: Annual Contract for Small Diameter Cleaning and Inspection in the EARZ.
Dates of service: 2013 Annual Contract
Company: San Antonio Water Systems
Contact name: Dennis Laskowski P.E. SAWS
Contact number: 13-1410
Senior PM- Bruce Jameson/Christopher Cameron/Russell Brown
On -site Superintendent: Oralio Bernal
Data Manager: Christopher Cameron
Contract size: $I,096,823.57
Completed quantities: 819,982 L.F. of Cleaning and 816,867 L.F. of CCTV Inspection. Sonar, Obstruction
Removal, GIS Map Corrections, Flow Control and Dewatering were utilized.
Certifications: PACP/MACP/LACP Certification #U-002-014, WEAT, W.E.F., NASSCO, Hazwopper
Certification.
Mr. Brown has a tremendous amount of SAWS large project management. In the last 7 years APC has performed
dozens of Million to Multi -million linear foot annual contracts SAWS. Some contracts were less than 365 days to
120 days to complete a million linear feet of Cleaning and Inspection work. This disciplines a PM to stay ahead of
the "projects" anticipated pitfalls that can occur. Mr. Brown has performed very well in these examples of fast paced
contracts for Dallas, SAWS, Austin, Nashville and other Large Municipalities.
Company: Ace Pipe Cleaning, Inc.
Name: Oralio Bernal Start Date: October 2003
Title: Proposed Onsite Superintendent
Mr. Bernal has been with Ace for 11 years. He has completed projects from 1000 feet to over 7 million feet in size.
Examples include; Dallas, Fort Worth, Austin, Nashville, Lubbock, Nashville, and SAWS. Mr. Bernal has
completed over 20 million linear feet of cleaning and television inspection projects during his tenure. Oralio
specializes in the On -Site Management of Large -fast passed projects that include; Small and Large Diameter
Cleaning, CCTV/Sonar Inspections, CIPP Point Repairs, Manhole Inspections, Sond Locates, Grease Removal,
G.P.S surveys, Sonar/CCTV/Laser Profiling, Tap Cutting, Flow Management-Dewatering, Plugging, Root Removal
and Remote Obstruction Removal. Role: On -Site Superintendent
Personnel Qualifications:
Project name: "Sanitary Sewer Cleaning and Inspection Year One Mains"
Dates of service: May 2013- Dec. 2013
Company: San Antonio Water Systems
Contact name: Dennis Laskowski P.E. SAWS I
Contact number: 210-233-3682 1_3
Contract size: $1,470,008.03
Senior PM- Bruce Jameson/Christopher Cameron/Russell Brown On -site Superintendent: Oralio Bernal
Data Manager: Christopher Cameron
Completed quantities: 1,043,226 L.F. of Sanitary Sewer Cleaning, 1,026,979 of CCTV Inspections, Sonar,
Obstruction Removal, GIS Map Corrections, Flow Control and Dewatering were utilized.
Description of work: Citywide Pipe Cleaning and CCTV Inspection of 6-21" Pipe. I
Project name: Annual Contract for Small Diameter Cleaning and Inspection in the EARZ.
Dates of service: 2013 Annual Contract
Company: San Antonio Water Systems
Contact name: Dennis Laskowski P.E. SAWS
Contact number: 13-1410
Senior PM- Bruce Jameson/Christopher Cameron/Russell Brown On -site Superintendent: Oralio Bernal
Data Manager: Christopher Cameron
Contract size: $1,096,823.57
Completed quantities: 819,917 L.F. of Cleaning and 816,867 L.F. of CCTV Inspection. Sonar, Obstruction
Removal, GIS Map Corrections, Flow Control and Dewatering were utilized.
Project name: "Sanitary Sewer Cleaning and Inspection Year One Mains"
Dates of service: May 2013- Dec. 2013
Company: San Antonio Water Systems
Contact name: Dennis Laskowski P.E. SAWS
Contact number: 210-233-3682
Contract size: $1,470,008.03
Senior PM- Bruce Jameson/Christopher Cameron/Russell Brown On -site Superintendent: Oralio Bernal
Data Manager: Christopher Cameron
Completed quantities: 1,043,226 L.F. of Sanitary Sewer Cleaning, 1,026,979 of CCTV Inspections
11
Description of work: Citywide Pipe Cleaning and CCTV Inspection of 6-21" Pipe
Certifications: Confined Space Entry and Rescue, OSHA 10 Hour Construction Standards, Hazardous Waste
Operator, P.A.C.P/M.A.C.P Certification ##U-208-6342.
Mr. Bernal is APC's project troubleshooter and "go -to" Superintendent, He has the most impressive resume and
knowledge of any regional Superintendent. Oralio has a tremendous resume' of large projects and very detailed
process in project the field management arena. APC's performance of the mentioned of large annual contracts fall
back to the on -going success of Mr. Bernal. He has been the driving force behind the completion of the tens of
millions of feet and the successful completion of many of the SAWS projects and has developed with management
additional layers of "Field Superintendents" that can assist him for the micro -management of smaller details such as
a forgotten tool or camera part that may be needed. These additional layers assist Mr. Bernal in the management of
up to 15 crews on a given day. Any project can be complicated and the most successful Companies have leadership
and processes that Mr. Bernal and others within APC possess and actually enjoy successful project completion.
These talented people have made APC one of the most productive and at times creative Sewer Maintenance
companies in the United States.
P
Carylon Cloration EQUIPMENT
The Environmental Protection Specialists
Dredges
24 Hydraulic low -profile dredges capable of dredging depths of 1 to 35 feet.
Hydro Excavation Units
14 Special Hydrovac Non -Mechanical Excavation Units with Hydro -Augers and
Attachments.
Hydro -Blasters
68 Trailer/Truck Mounted Units capable of 22 gpm to 60 gpm @ 10,000 psi.
14 Trailer Mounted Units capable of 20,000 psi.
Hot Water High -Pressure Cleaning Units
92 Capable of 20,000 psi @ 2101 FahrenhelL
Utility Vehicles
345 Various types of pick-up, stake body and dump trucks.
Pumps (2" to 1211)
102 Trash
128 Submersible
31 Dewatering
48 Pressure
43 Hydraulic
Miscellaneous
Air Compressors
Air Line Respirators - SCBAs
Generators
Explosion -Proof Lighting
Frack Tanks
Gas Testing Equipment
Storage Silos
{
Cat*n Corporation EQUIPMENT
The Environmental Protection Specialists
Jetter Vacuum Combination Pipeline Cleaning Units
86 3,500 to 5,200 CFM Units with 8" suction inlets - 8 to 16 yard capacity.
Jetter Pipeline Cleaning Units
82 80 GPM at 2,000 psi
Television Pipeline Inspection Units
46 Capable of internal inspection of 4" diameter and larger pipes.
Television Inspection & Grouting Units
20 Capable of intemally sealing pipe joints in 6" diameter and lager pipes.
Rodding Units
11 Truck -Mounted Rudders
20 Trailer -Mounted Rodders
Bucket Machines
12 2-Cylinder Winches
26 4-Cylinder Winches
Wet/Dry Vacuum Loaders
144 4,500 cfm to 7,500 cfm units with 8" to 10" suction inlets and 16 to 20 yards capacity.
D.O.T. Vacuum Tankers
71 1,600 to 8,000 gallon Tank Wagon Trailers with Product Pumps.
Mobile Dewatering Units
50 Twin Belt Filter Presses
5 Centrifuges
28 Plate & Frame Filter Presses
5 Transportable Treatment Units
Maverick Pump Services is a Turn Key Bypass and in -structure flow diversion company. While we do rent
equipment for the pumping industry our main source of business is from Turn Key services. Maverick and
its employees have vast experience in the Sewer Bypass Industry with countless jobs and hrs under
our belts.
Miguel Sustiatia has been in the Bypass Pumping industry for over 9 years and has been with Maverick
Pump as a Superintendent since 2010. The following lists of projects are just a few where Miguel
Sustiatia has acted as a Superintendent for Maverick Pump and its employees. Miguel was responsible
for all successful aspects of field operations; construction, running and maintaining the pumping system
on a 24hr 7 day basis, teardown and removal of pumping system.
JOB: City of Fort Worth VCWWTP Bar Screen 3 Project Time Frame: 5/01/11 > 2/15/12
Design Requirements: 150MGD Total Pumping Capacity Discharge: 10,0001f 18" HDPE
Customer: ARK Contracting Services ..........Senior Project Manager: Todd Smith....817-404-2861
JOB: SLC Orange St Phase 11 Project Time Frame: 07/21/14 > 11/25/14
Design Requirements: 10.0 8 MGD Total Pumping Capacity ....... Discharge: 40001f 18" HDPE
Customer: Insituform Technologies ......Senior Project Manager: Glen Hakoma.... 808-284-7573
JOB: City of Austin Cesar Chavez 42" CIPP Project Time Frame: 6/01/12 > 8/16/11
Design Requirements: 18MGD Total Pumping Capacity Discharge: 8,000I1' 18" HDPE
Customer: Insituform Technologies ..........Senior Project Manager: Josh Await .... 214-317-0947
JOB: METRO WW PAR1198 CIPP Project Time Frame: 09/09/13 > 03/31/14
Design Requirements: 4 5 MGD Total Pumping Capacity Discharge:14,0001f 18" HDPE
Customer: Metro Waste Water .........................Project Manager: Amy Ward P.E.....303-286-3378
JOB: Deer Lodge Montana Project Time Frame: 04/01/14 > 05/25/14
Design Requirements: 3 MGD Total Pumping Capacity Discharge: 9,0001f 12" HDPE
Customer: Insituform................................Senior Project Manager: Eric Huss .... 303-512-3523
9791 Titan Park Circle
Littleton, Colorado 80125 USA
Telephone: 3 0 3- 9 8 1 - 8 3 4 9 Facsimile: 888-849-5105
i
Maverick Pump Services is a Turn Key Bypass and in -structure flow diversion company. While we do rent
iequipment for the pumping industry our main source of business is from Turn Key services. Maverick
is = and its employees have vast experience in the Sewer Bypass industry with countless jobs and hrs under
our belts.
The following is a list of projects where Maverick Pump and its employees have performed Turn -Key By-
pass Pumping services. Maverick Pump completed the field observation, design requirements, construc-
tion, running and maintaining the pumping system on a 24hr 7 day basis, teardown and removal of
pumping system.
JOB: City of Littleton 66" CIPP Project Time Frame: 8/06/09 > 8/15/09
Design Requirements: 46MGD Total Pumping Capacity ....... Discharge: 8251f 18" HDPE
Customer. Insituform Technologies ..........Senior Project Manager: Tim Hayes .... 303-601-8613
JOB: City of Austin Cesar Chavez 42" CIPP Project Time Frame: 6/01/11 > 8/16/11
Design Requirements: 20MGD Total Pumping Capacity Discharge: 8,0001f 18" HDPE
Customer: Insituform Technologies ..........Senior Project Manager: Josh Await .... 214-317-0947
JOB: City of Denver 54" CIPP Project Time Frame: 1/15/10 > 1/29/10
Design Requirements: 40MGD Total Pumping Capacity Discharge: 1,0001f 18" HDPE
Customer: Insituform Technologies ..........Senior Project Manager: Eric Huss .... 303-512-3523
JOB: Colorado Springs Utilities Mark Dabling CIPP Project Time Frame: 05/18/09 > 06/12/09
Design Requirements: 34.5MGD Total Pumping Capacity Discharge: 4,000If 18" HDPE
Customer: Insituform Technologies ..........Senior Project Manager: Tim Hayes .... 303-601-8613
JOB: City of Fort Worth VCWWTP Bar Screen 3 Project Time Frame: 5/01/11 > 4/25/12
. - Design Requirements: 150MGD Total Pumping Capacity Discharge:10,0001f 18" HDPE
Customer: ARK Contracting Services ..........Senior Project Manager: Todd Smith .... 817-404-2861
JOB: Metro PAR1198 Emergancy Project Time Frame: 9/15/13 > 4/01/14
Design Requirements: 45MGD Total Pumping Capacity Discharge: 13,0001f 18" HDPE
Customer: Metro Wastewater Reclamation District -Senior Project Manager:Amy Ward,P.E... 303-286-3378
9791 Titan Park Circle
Littleton, Colorado 80125 USA
Telephone: 713-384-3227 Facsimile: 888-849-5105
3
All of the following operators have a minimum of 10yrs experience in constructing, testing, and
maintain-ing temporary bypass pumping systems. Each individual has a minimum of 4,500 hrs.
overseeing 24hr bypass pumping operations. The systems range from 1MGD to 150MGD and 500' to
10,000' plus of dis-charge piping. All personnel listed have been trained in SSO Prevention and
Response. Each Individual has far too many jobs to list. Each has been involved in at least 3 of the
projects listed above.
Deraid Grimes
Morgan Nichter
Tim Hayes
Santos Mata
Brian Rodgers
Miguel Ramirez
Miguel Mata
Steve Cockerel
Quality of Performance References:
Bruce Jamison, Regional Manager with ACE Pipe Cleaning ......... 817-401-3639
Josh Await, Senior PM with Insituform Technologies, Fort Worth .......... 214-317-0947
Tim Hann, Operations Manager for the West with Insituform Technologies, Littleton CO ..... 303.638-5844
Tim Petrie, Business Development with Insituform Technologies, Fort Worth ....... 214-317-0950
Terri Skelly, Managing Member with Circle C Construction, Fort Worth ....... 817-988-7996
Joe Lane, Managing Member with Lane Consulting Group, Denver CO ........ 303-619-5060
Todd Smith, Senior PM with ARK Contracting Services, Fort Worth TX ......... 817-404-2861
9791 Titan Park Circle
Littleton, Colorado 80125 USA
Telephone: 713-384-3227 Facsimile: 888-849-5105 1
1f�
�1
A.. __ a Ace Pipe Cleaning, Inc
Kansas City, Ft. Worth, Tulsa, San Antonio, St. Louis, Hayden AZ
The Environmental Protection Specialist
Casey Carientine
Project Manager
1509 Sylvania Court
Fort worth, TX 76111
Phone: W-332-1115
Fax: 817-332-1557
Certifications
Mr. Carientine has been with Ace since 2006. He has completed projects from 1000 feet
to over 4 million feet in size. Examples include; Dallas, NYC, KCMG, Fort Worth, Austin,
NASS L.A.C.P.
Denver, Nashville, Tacoma, WA Baltimore, MD and SAWS. The project time lines have
Certification ItU-112-13435
Certification
ranged from 90 days for 400,000 feet to 1,000,000 feet annual renewal contracts. Mr.
Carientine has completed nearly 790,000 L.F. of laser/Sonar/HDCCTV, Sonar/CCTV and
Texas Water Environment Federation
2 million linear feet of cleaning and CCTV inspection projects during his tenure. Mr.
Carlentine's previous position with APC was iT Data review In which he reviewed all
Video and corrected any errors (where applicable) over 2.5 million L.F. of inspections In
HAZWOPPER
the role of QAQC CCTV/Sonar Data Management.
Certification 2013
Major Projects participated in for the last 3 years:
Accurate Mapping
• Clty of Fort Worth Interceptor Condition Assessment Program ICAP 2010-2014
Probe 2014
Five year program to Laser/Sonar/HDCCTV Profiling of Large Diameter Sanitary
mains. The total scope is S88,000 L.F. of 18-96" Large Diameter Sanitary Sewer
Industry Tenure
Mains. In 2010-2012 APC completed over 480,000 LF. of Laser/Sonar/HDCCTV
Profiling.
2006 - present
Contract Amount $5,000,000 Contact: Mr. Darrell Gadberry 817-999-7907
• San Antonio Water System 2006-Present
Six multi -year contracts consisting of the maintenance and inspection of
approximately 40,000 feet of 6-72" Sonar/HDCCTV/Laser for Siphons and
Gravity mains, including the Edwards Aquifer Recharge Zone a highly sensitive
water resource. Contact: SAWS- Mr. Dennis Laskowski P.E: 210-233-3682 3930
E. Houston St. San Antonio, TX 78220
• Nashville Metro Water 2010 Emergency Flood Response
The Metro Water Flood related project (EP2010NF0044, EP2010NF0045) consists
of the Emergency CCTV/Sonar Inspection and any cleaning of 973,165' linear
feet of 6-W sanitary sewer mains. The project requires a wile range of
equipment and project strategies and is partially located in remote inaccessible
areas. NPS/APC completed 579,730 linear feet of primarily large diameter
remote access CCTV/Sonar Inspection of the interceptors in the ist 90 days.
MWS tasked a special project of 25,112 LF of Sonar/CCTV/Laser Profiling on a
questionable 36-54" parallel Mainline in the summer of 2012.
Owner: Nashville Metro Water
Contact: P.M. Mr. Kevin McCullough P.E., 615-962-4840 SPM.
Contract Amount: $4,617,689.50 Completion Date: Extended to 2014
Various projects: Mr. Carientine has performed Sonar/CCTV services for NYC,
Dallas, Austin, Nashville, Memphis, Omaha, Des Moines and dozens of
Municipalities nationally for over 6 years.
Ace Pipe Cleaning, Inc
Kansas City, Ft. WorthJulsa, San Antonio, St. Louis, Hayden AZ
The Environmental Protection SpeclalW
Tim Birdwell
Field Superintendent
1509 Sylvania Court
Fort Worth, TX 76111
Phone: 817-332-1115
Fax: 817-332-1587
Office Location Tim Birdwell is a field Superintendent for Ace Pipe Cleaning and has 16 years of
Ft. Worth, Texas experience In the Environmental Maintenance Industry. He has a vast knowledge of
smoke testing, cleaning & CCTV inspection of pipelines, manhole inspections, multi -
sensor inspections, flow monitoring, GPS surveying and dye testing. He oversees projects
Certifications as well as working daily with the crew.
NASSCO Pipeline
Assessment and
Certification Program
(PACP) #U-1213-
06019775
OSHA 10
40 hour Hazardous
Waste Operator
8 Hours TXDOT
Transportation
Safety
Certified on
installation,
maintenance and
operations of
HACH, ISCO,
Flo -Shark &
Triton flow meters
Industry Tenure
2000-Present
Project Experience
Performed Smoke Testing of sanitary sewer pipes, sanitary sewer manhole inspections
(above and below ground), CCTV, High Pressure Pipe Cleaning, Flow Monitor Installation,
Maintenance and removal for multiple municipalities throughout the continental US.
Performed FELL electromagnetic pipe inspection for multiple municipalities. Collected GPS
locations on over 10,000 manholes in Midland and additional manholes in other n
municipalities. Skilled in Trimble GPS data collection and software, Performed managerial j)
duties during several projects with responsibilities including collecting and correcting weekly
timesheets, production reports, weekly safety meetings and QAQC of data.
Ace Pipe Cleaning, Inc
1.509 Sylvania Court
Kansas City. Ft. Worth, San Antonio,
, St. Loins, Hayden AZ
Worth, TX 76111
Phone: 817-332-1115
The Environmental Protection Specialist
Fax: 817-332-1557
Christopher Cameron
Project Manager — Data Services
Office Location
Christopher Cameron has been with Ace Pipe Cleaning since 2009 and has experience in
San Antonio, Texas
the Environmental Maintenance Industry managing database information from sewer
inspection services. He has managed contracts lasting anywhere from one day up to a 5
Certifications
years; Mr. Cameron has completed over 5,000,000 LF of Data Management for CCTV
and 7 million LF worth of projects Managing Data and Field Operations for SAWS. He
NASSCO Pipeline
has extensive knowledge of cleaning & CCTV inspection of pipelines, manhole
Assessment and
inspections, multi -sensor inspections, and GPS surveying. He oversees projects and
Certification Program
databases as well as managing other technicians throughout the region.
5-22-15
(PACP, MAU, LACP)
Project Experience
#U-112-12071
Name of Project: "Large Diameter Sanitary Cleaning and Inspection Contract 12-6009" — Multi -
OSHA 10
year project contract,
Date of Service: 2013-2014
40 hour Hazardous
Owner: San Antonio Water System
Waste Operator
Address: 3930 E. Houston St. San Antonio, TX 78220
January, 2015
Owner's Representative: Mr. Dennis Laskowski P.E. Email: Dennis.Laskowski@saws.org
Phone: (210) 233-3682 Fax: 210-233-5234
PM- Bruce Jameson
Industry Tenure
On -site Superintendent: Oralio Bernal, Russell Brown, Clifton Tubbs, Ron Logan
2009-Present
Data Manager- Hanson, G.I.S- Edmund Snyder/Christopher Cameron
Sub Vendor: DFW Infrastructure
Description of work: In 2013 APC completed 119,659 L.F. of 2648" sanitary sewer mainlines by
means of High -Pressure Jet Cleaning, Mechanical Cleaning, CCTV Inspection of 111,333 L.F.
Sonar/CCTV Inspections, GIS, GPS, Tap Removal, FIow Control, Dewatering, Root and Grease
Removal, Remote Obstruction Removal and Siphon Cleaning are being utilized on this project.
Name of Project: "Large Diameter Sanitary Cleaning and Inspection Contract 13-1463 — Multi-
year project contract consisting of the maintenance and inspection of 18-72" sanitary sewer
mainlines by means of high-pressure jet cleaning, bucket machines, television inspection and
G.P.S.
Date of Service: 2013-2014
Owner: San Antonio Water System
Address: 3930 E. Houston St. San Antonio, TX 78220
Owner's Representative: Mr. Dennis Laskowski P.E. Email: Dennis.Laskowski@saws.org
Phone: (210) 233-3682 Fax: 210-233-5234
PM- Bruce Jameson
On -site Superintendent: Oralio Bernal
Data Manager- Hanson, G.I.S- Edmund Snyder/Christopher Cameron
Sub Vendor: N/A
Description of work: Cleaned over 93,000 L.F, and Inspected over 90,000 L.F. of 24-60" Large
Diameter Sewer Mains. GIS, GPS, Tap Removal, Flow Control, Dewatering, Remote Obstruction
Removal, Root and Grease Removal, and Siphon Cleaning were utilized on this project.
L
817-447- �`
fox 844 269 '
v^VW.dfW1nfrastrvcture _c
P,O. BOX.'
INFRASTRUCTURE, Inc. Fort worth, Tx 7,
s
STATEMENT OF QUALIFICATION
SUMMARY:
DFW Infrastructure, Inc. was established February 7, 2002 in Fort Worth, TX when the
need for a Women Business Enterprise was in high demand in the wastewater
maintenance industry. DFW was founded on the basis of a commitment to exceed
customer expectations and providing exceptional customer service before, during and
after each project. DFW employs a staff of highly capable, cross -trained operators.
DFW Infrastructure, Inc. is 100% woman owned, small business. We have offices In
Burleson & San Antonio, TX.
DFW TEAM:
The DFW Infrastructure team is comprised of 22 employees; 4 tv operators, 5 jet vac
operators, 4 laborers, 2 pipe layers, 2 equipment operators. 1 executive, 1 project
manager, 1 supervisor and 2 office personnel.
Point of Contact: Donna Brown 817-825-8494
AVAILABLE EQUIPMENT:
• (3) custom built TV inspection units with Cues OZ 2 camera systems: MPEG capability
and ability to video pipe from 6" to 120" and a Cues LAMP 2
• (4) 80 gmp, 2000 psi Jetter Vacuum cleaning units giving us the ability to vacuum 12
yards of debris, 15"-27"of vacuum
• (2) bucket machines with up to 2,500' of cable
• Pickups, Flow monitors, blowers, safety supplies, trailers, jack hammers, air
compressors
• (1) Bobcat skid steer
• (1) New Holland B95 Backhoe
• (1) Case Crawler Dozer
• Fly Eye Laser/Sonar/HDCCTV Profiling System
• Warren Environmental Epoxy Lining Unit
• Additional Equipment Rented As Needed
PROJECT HISTORY:
® Insituform Technologies — Sulphur Branch TRA WFXIA2 Clean & CCTV
11,879' of 8-36" (Sept 2015 — Jan 2016)
Contact: Mr. Josh Await 817-516-0441
• Insituform Technologies— City of Austin, Shoal Creek, Cleaning, MSI & CCTV
of approx. 15,000' of 36-48"
Contact: Mr. Josh Await 817-516-0441
® National Power Rodding — City of Georgetown — Pipe Bursting, Open Cut,
Manhole Rehab (2013)
Contact: Mr. Fabian Castel 312-907-0669
• Insituform Technologies — Metropolitan Saint Louis Sewer District, FY 2014 B
Contract, 120,000' of 6-60" cleaning and CCTV (April 2014 — Dec 2014)
Contact: Mr. Mark Reeves 314-409-7762
• Insituform Technologies — Metropolitan Saint Louis Sewer District, Lemay 1/1
2015 65'000' of 6-2T' clean and CCTV (Sept 2014 — ongoing)
Contact: Mr. Mark Reeves 314-409-7762
• Alan Plummer & Associates — Trinity River Authority, Interceptor Inspection,
Manhole Inspection, Assessment Reporting, 26,800' of Multi Sensor Inspection
June 2014-December 2014)
Contact: Mr. George Farrah, PE 817-$06-1700
• Ace Pipe Cleaning, Inc.- various projects (City of Dallas City Wide Cleaning,
City of Fort Worth Large Diameter Cleaning 2009, City of Fort Worth ICAP2, City
of Fort Worth Unit 2, SAWS 07-7049, SAWS EARZ, SAWS 08-8001) 2,000,000
of clean and CCTV (6%60")
Contact: Mr. Bruce Jameson 817-401-3639
® Ace Pipe Cleaning, Inc. — SAWS Contract 13-1463 Large Diameter Cleaning &
CCTV of approx. 25,OOOIf of 24-78" sanitary sewer (2013 — present).
Contact: Mr. Bruce Jameson 817-401-3639
• Ace Pipe Cleaning, Inc. — SAWS Contract 13-1306 Small Diameter Cleaning &
CCTV approx. 100,000I1' of 6-15" sanitary sewer (2013 — present)
Contact: Mr. Bruce Jameson 817-401-3639
• Ace Pipe Cleaning, Inc. —SAWS Contract 13-1410 Small Diameter Cleaning &
CCTV of approx. 150,OOOIf of 6-15" sanitary sewer (2013 - present).
Contact: Mr. Bruce Jameson 817-401-3639
® Ace Pipe Cleaning, Inc— Tacoma, WA— Multi Sensor Inspection of 40,000'
(2014-2015)
Contact: Mr. Bruce Jameson 817-401-3639
® Insituform, Technologies — Metropolitan Saint Louis Sewer District, (107)
Lateral Repairs 6-12" (Sept 2015 — Dec 2015).
Contact: Mr. Mark Reeves 636-530-8625
® Ace Pipe Cleaning, Inc. — SAWS Contract 13-1428 Small Diameter Cleaning &
CCTV
of approx. 160,O001f of 6-15" sanitary sewer (2013 — present).
Contact: Mr. Bruce Jameson 817-401-3639
® North Texas Municipal Water District — Anna Flume/TRA phase 2 & Melissa
Flume TRA Phase 3 — Cleaning & CCTV approx. 3,000' of 21-48" and grubbing.
Contact: Lauren Kubin, P.E. 469-626-4923
® Jacobs Engineering— City of Fort Worth's Ston-n Water GIS Inventory Project -
$48,000 budget annually for CCTV (2008-present)
Contact: Mr. Daniel Rawls, GIS Manager 817-735-6736
®Burgess & Nile — City of Irving Southwest Interceptor — Clean & CCTV 2,200'
of 18-24" December 2013 (Complete)
Contact: Mr.an Degroot, P.E. 972-620-1255 x 6016
• RJN Group — Haltom City SSES - Clean & CCTV 8,500' of 6-10" (2010)
Contact: Mr. Kevin Chumbley, Project Manager 972-437-4300 x 125.
® Carter Burgess — Indefinite Delivery of Retro — (2008) Commissioning
Assessment at DFW Airport - CCTV, Cleaning, Inlet cleaning 2009
Contact: Mr. James Greer, Senior Environmental Engineer 814-735-6181
® Ace Pipe Cleaning — 2013 Webster Groves Trunk "E" — St. Louis, MO — 482
lateral inspections from mains
Contact: Mr. Steve Hontz, President 816-807-7949
® Ace Pipe Cleaning — 2013 Fee Fee Creek — St. Louis, MO — 302 lateral
inspections from mains
Contact: Mr. Steve Hontz, President 816-807-7949
® RIPS Group — Warranty Inspection of Critical Area of Concern Segment 11 (CAC
—11 Rehabilitation Project) Inspect 17,000' of 96" pipe.
Contact: Mr. Bart Hines, P.E. 214-951-0807
® imley Horn — Ham Branch & Gateway Park — Fort Worth, TX - Sonar and
Laser Profiling of 24,242' (May 2010)
Contact: Mr. Marty Paris, P.E. 972-770-1300
a RJN — Phase 11 SSES South of Loop 820 - North Richland Hills, TX — Clean &
CCTV 10,581' of 6-15" (March 2010)
Contact: Kevin Chumbley, Project Manager 972-437-4300 x 125
• Ha — Trinity River Authority — Denton Creek Regional Waste Water System
25HC-1 Relief Interceptor — CCTV 12,000' of 27-36" (July 2011)
Contact: Mr. Tony Almeda, P.E. Program Manager 214-572-2272
• RJN — Lower Southwest Irving Interceptor Basin SSES — Irving, TX — Clean &
CCTV 14,000' of 6-12" (November 2011)
Contact: Kevin Chumbley, Project Manager 972-437-4300 x 125
• Kimley Born — City of Dallas Contract # 10-059-O60E — DWU, Dallas, TX —Clean
& CCTV of approx 20,000' of 6-36" (2011- Present)
Contact: Mr. Marty Paris, P.E. 972-770-1300 or Mr. Kyle Sanderson, E.I.T 972-
770-3033
• Baird, Hampton & Brown -- Edgecliff Village - Clean & CCTV of 12,000' of 6-24"
(December 2011-Present)
Contact: Mr. Gene Capps, P. E. 817-251-8550
• National Power Rodding — City of Austin, TX — Canterbury, Highway &
Bergstrom Sites Shaft & Lateral Repair— 25,000 If of Cementitious liner & 5,000'
of epoxy —August 2011
Contact: Mr. Bill Kreidler 312-666-7700
•Azteca Enterprises lAce Pipe Cleaning- DFW International Airport Industrial
Waste Water System Rehabilitation - DFW Airport — Clean and CCTV 16,000' of
12-48" Sanitary Sewer
Contact: Mr. Bruce Jameson 817-401-3639
• RJN Group — Fort Worth Downtown SSES — Fort Worth, TX — Clean & CCTV
approx 50,000' of 6-24" Sanitary Sewer
Contact: Mr. Hugh Kelso 972-437-4300
• RJN Group — Edwards Aquifer Recharge Zone — San Antonio, TX — Clean &
CCTV 235,000' of 8-48" Sanitary Sewer
Contact: Mr. Hugh Kelso 972-437-4300
• Carter & Burgess — City of Laredo Storm Sewer Evaluation — Laredo, TX —
Clean & CCTV 20,000' of 6-24" Sanitary & Storm Sewer
Contact: Mr. Tom Mounts
•Wade & Associates — M286 & CDSL32-T Drainage Basin SSES — Fort Worth,
TX — Clean & CCTV 173,000' of 6-15" Sanitary Sewer
Contact: Chris Brooks, P.E.
i
�rv�l
Page Intentionally Left Blank
Safety Record Questionnaire
The City of Lubbock City Co=11,dahn, to "I itself of rhoberiefits of Section 252.0433 of the LOW Government
Codeand consider the lla, "'recorvis ofpotential•corftictors prior to awarding-praposals on City contracts, Pursuantlo
Sectim 2510435 f the Local Governinent Co* City of Ubbol* has adoptW'* 1640wing Written 4effaltion
afterk for accimeloy detumIn lng�dw U" record of *000M prior . to mading, proposals on co
},. The definition and criteria for determining the safely record of a proposer forth is consideration shall be:
The City of Lubbock diall comider the saildy record of the offemrs to ddenalift the respoWtift thareti& Me Chy my,
consider mw IncMew 1"ft worker soft or =My of the ddaw of the City at L*bbod4 � It Meted or caused by
envimmentA mecheateR% operaftwd, opervialm or any Aw caum or bcMr. spedfleft. -60 CHY my CM.Wort amoas
A. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
spinst the proposer for violations of OSHA regulations within the put three (3) yearsi
b. Citadow _(as defined below) from an FirviromrimW Prote0on Agancy (as ddhWUlow) for violoora w1ft
the pairs five (5) yem. Environmental Protection Aleslmhi,* but.� not.rieftitaffly HmhW'* the U.S.
Army Corpp of Engineers (USACOR), 166 U.S. Fish and 'VA1d1We_S@Mc* (USFWSI the Bnvkonrnentaj
Protection Agency (EPA),m the ToCorntrilaslon,031 Envirmacrital Quality the Tww N'aturw Resource
Con"flon Commission (TNRCC) to the the Tom DepartnterA of State Heft Services
(DSHS), the T"as Parke and Wildlife Department (TPWD), the Structural Post Control Board (PM), agmcks
of local goverrtmMe responsible for aftraing crivironmepW proteWon or worker safety related Jim at
res"ons, and similar regulatoty agencles of other stau of Ow United Stdm. Citations include notices of
vfolaflon, notion off` anforcement awpuslonfimmilons of EM or federal llama or reglAradons, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
& AM other safbty related matter daemed by the City Council to be motexial In determining the responsibility of the
offem and his or her ability to pedcqrn the savlais or pods required by the proposal documents in a safe
environment, both fortheworkersand otheremployea of offeror and the citizens orthe CIty of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the sahty records of potential
eDnVwor3 prior to awarding proposals an City contracts, City of Lubbock requires that of answer the following
three (3) questions and submit them with their proposals:
Has the ofibror, or the firm, corporation, partnembip, or institution re
Tmented by the offeror, or anyone acting for such
firm, corporation, partnership orInstitution, received citations for vIoTadpnsofOSHA within the past three (3) years?
YES_ NO
Ifthe offeror has Indicated YES for question number one above, the offeW must provide to City of Lubbock, with Its
proposal submission, the following inrwmailon with respect to cub such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, If any, and penalty
assessed.
-Offerces Initials
_ -
_
Has the agar, or the fiern, corporation, parmership, or hn itution fapnsented by the' , or anyone aUJAS for -such
+, cowulion, Patnenhip or Ituftflon, raved WWow for violations of laws or
regWafions, of a ny)dnd or Mv,within the piLA five ? Chittions htcltade notice of vllolado t, noticeof enfo t,
ovations of awe or Waral ficems, or m&Mdom flM MOSMd, wing min comp
Indicimentr, orcoMcdom draft ordus, 6W'ordats, aad judicial final jud
YES_ _ — NO—
YES—
if the ofteror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with Its
proposal submission, the following inf antmdon with respect to each such conviction:
Hate of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed,
1 certify that t have made no willful misrepresentations in this Questionnaire nor have 1 withheld Informaation In say
mem mts and answers to questions. f am aware that the information given by me in this quedonnaire will be
investigated, with my Hall permission, and that any nilstepresenintlons or omtssioaas may cause my propasal to be rejected.
j ail
;F e
$uapennaion and Debarment Certification
• •r ,rt r ..i r {;.. ; r: • ....:Yf
CotrtaWws rwelving Individual wwards of =SWO or mW and all sub -recipients trust certify that their organization and
its prinelpals am not suspendul or debwnd by a Federal -agency.
Mom an ward of WODO ormare mn be made to your firm, you must certify that your organization and its principals
am not shed or debamad by a Fadmi agency.
16 the amlerdped agnt for the firm wetted belay+, certify Met neither tbls flan nor Ito prinalpals are sulptnd or
d by a Fe&M aWvy.
Page Intentionally Left Blank
1.
2.
3.
4.
5.
f 6.
7.
.,, 8.
9.
10.
11.
12.
s 13.
_ 14.
15.
r-, 16.
I
� s
PROPOSED LIST OF SUB -CONTRACTORS
Company Name Location
Maverick Pump Services Texas
DFW Infrastructure, Inc. Texas
Services Provided
By -Pass Pumping
Cleaning & CCTV Inspection
Minority Owned
Yes
No
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Ace Pipe Cleaning, Inc.
(PRINT NAME OF COMPANY)
,E
RFP 17-13037-TF - Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 1A
Pate Intentionally Left Blank
I
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
t
((�
FINAL LIST OF SUB -CONTRACTORS
{r
Minority
Owned
Company Name Location Services Provided
Yes
No
i
1.
Maverick Pump Services Texas By -Pass Pumping
°
CK
2.
DFW Infrastructure, Inc. Texas cleaning & CCTV Inspection
°
3.
❑
❑
4.
5.
6.
°
°
rw.
7.
❑
❑
8.
y.
❑
10.
❑
❑
11.
°
°
12.
°
°
13.
❑
❑
..,
14.
°
°
15.
❑
❑
16.
°
°
SUBMITTED BY:
Ace Pipe Cleaning, Inc.
(PRINT NAME OF COMPANY)
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
a9
RFP 17-13037-TF - Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase 1A
1
1
Pate Intentionally Left Blank
it
PAYMENT BOND
I
iW
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000) Bond No. 106648618
KNOW ALL MEN BY THESE PRESENTS, that Ace Pipe Cleaning,Inc. (hereinafter called the Principal(s),
as Principal(s), and Travelers Casualty and Surety Company of America
One Tower Square, Hartford, CT 06183
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Ei ht Hundred Fifty -Five Thousand Four Hundred Fifty -Eight
Dollars (. 85` 5,458 lawful money of the United States for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 15'h day
of Decembei-, 2016, to RFP 17-13037-TF Canyon Lakes SaniYar r Sewer Interce for Rehabilitation -
Phase lA
and said Principal under the law is required before commencing the work provided for in said contract to
execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this 20th day of December 2016.
Travelers Casualty and Sure Company of America Ace Pipe Cleaning, Inc.
Surety (Comparg Name
rues antlne
*By: _�_ �✓ By: Secretary / Treasurer
(Title) Oscar F. R' con, Attorney -in -Fact (Printed Name)
(Signature)
Bruce Vantine
(Title) Secretary 7 1 reasurer
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Bridgette S. Jackson an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Approved as to form:
City f Uibbock
By:
C ty Attorney
Travelers Casualty and Surety Company of America
Surety
z
* By:
(Title) Oscar F. Ri on
Attorney -in -Fact
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Pa,e lntentianall , Left Blank
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
& Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company
and/or Farmington Casualty Company for information or to make a complaint at:
Travelers Band
Attn: Claims
1500 Market Street
West Tower, Suite 2900
Philadelphia, PA 19102
(267) 675-3130
(267) 675-3102 Fax
You may contact the Texas Department of Insurance to obtain the information on
companies, coverages, rights or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800) 252-3439
ATTACK TIUS NOTICE TO YOUR BOND. This notice is for information only and
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53.202, Property Code, effective
September I, 2001_
POWER OF ATTORNEY
TRAVELTRAVELEM Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 231116 Certificate No. 006896329
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized tinder the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Carol F. Tasciotti, Evonne Brown, Adele M. Korczak, Grace Villarreal, Gail Schroeder, Gina M. Damato, Thomas A. Pictor, Michael Damewood,
Luisa Seymour, Thomas N. Tague, Brenda D. Hockberger, Carlina A. Oswald, Tara S. Petersen, Todd D. Baraniak, Dale F. Poquette, Oscar F. Rincon,
Moises Alcantar, James P. Fagan, Stephanie Miller, Grace Fowlkes, Ann Mulder, Launa Reidenbach, Mary D. Thomas, Amber Derkson, Dan Hasson,
Dan Orna, Kristan Retusnic, Kathleen Stewart, Mary Jo Campbell, Carrie Smith, Adam Kveton, Jessica Hernandez, Robin Vinci, Jason Cummings,
Emily Swatkowski, Renee D. Davis, Tiffany Uribe, Anthony Perez, and Kyle Pollock
of the City of Chicago/Naperville , State of Illinois , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 19th
day of July 2016
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
GRSU,�t� FIRE 6 4 O\RF It �MfG9 .P+, NSUF,gv,� Jp tY Aryls ! -.rtYdy-
p�9�c,J,: N Q c d v�• �
�Y�i :'PUR F O o 9s 3 �tFO
ar' �t twHrrarc�t $
y°gSD i977 1951 _:5EAL;o��iSBALa°
j v:•s ....
R i * ` .x..".`,* 1ti.: �'�•. ...�.. Te of Rai . -4
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Senior Vice President
On this the 19th day of July 2016 , before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal. �•#)'My Commission expires the 30th day of June, 202I. }0$ Marie C. Tetreault, Notary Public
58440-5-16 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 20th day of December 120 16
Kevin E. Hughes, Assistant Secs Cary
GASU,� ypE 4 �K �a NS.,. 1Y qN+
r'(r'-
uSEAL: s'
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
TRAVELERSJ
Insurance. In -Synch'"
STATE OF ILLINOIS
COUNTY OF KENDALL
I, Gina M. Damato a Notary Public in and for said County, do hereby
certify that Oscar F. Rincon Attorney -in-Fact, of the:
THE TRAVELERS INDEMNITY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA
FARMINGTON CASUALTY COMPANY
SEABOARD SURETY COMPANY
UNITED STATES FIDELITY AND GUARANTY COMPANY
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
ST. PAUL GUARDIAN INSURANCE COMPANY
ST. PAUL MERCURY INSURANCE COMPANY
Who is personally known to me to be the same person, whose name is subscribed to the foregoing,
instrument, appeared before me this day in person, and acknowledged that they signed, sealed, and
delivered said instrument for and on behalf of:
THE TRAVELERS INDEMNITY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY OF AMERICA
FARMINGTON CASUALTY COMPANY
SEABOARD SURETY COMPANY
UNITED STATES FIDELITY AND GUARANTY COMPANY
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
ST. PAUL GUARDIAN INSURANCE COMPANY
ST. PAUL MERCURY INSURANCE COMPANY
For the uses and purposed therein set forth.
Given under my hand and notarial seal at my office in the City of Naperville in said
County, this 20th day of December A.D. 20 16
NotaryPu is OFFICIAL SEAL
GINA M. DAMATO
LNOTARY PUBLIC - STATE OF ILLINOIS
WAOVA
MISSION EXPIRES APRIL 05, 2020
PERFORMANCE BOND
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE Bond No. 106648618
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Act PipeCleaning, Inc. (hereinafter called the Principal(s),
as Principal(s), and Travelers Casualty and Surety Company of America
One Tower Square, Hartford, CT 06183
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Eirhtjlundred Fift-
y -Five Thousand Four Hundred F ff -Ei ht
Dollars (5855 458 lawful money of the United States for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 151h day
of December, 2016, to RFP 17-13037-TF Canyon Lakes Sanitary Sewer Interceptor Rehabilitation -
Phase lA
and said Principal under the law is required before commencing the work provided for in said contract to
execute a bond and said principal under the law is required before commencing the work provided for in said
contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part
hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this 20thday of December y 2016.
Travelers Cas nd Surety Cor
lipany of America
Surety
* By.
(Title) Oscar F. RIncon, Attorney -in -Fact
Ace Pipe Cleaning, Inc.
(Company Name)
Bruce Vantine
By. Secretanr / Treasurer
(Printed�ame) � /''�_
h,— V
(Signature)
Bruce Vantine
(Title)
rage Intentionaiiy Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Bridgette S. Jackson an agent resident in Lubbock County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Approved as to Form
City o �k s
By:
C ty Attorney
Travelers Casualty and Surety Company of America
Surety
(Title) Oscar F. incon
Attorney -in -Fact
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentional1v LeftBlank
TRAVELERSJ
TO OBTAIN INFORMATION DR MAKE A COMPLAINT:
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
& Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company
and/or Farmington Casualty Company for information or to make a complaint at:
Travelers Bond
Attn: Claims
1.500 Market Street
West Tower, Suite 2900
Philadelphia, PA 19102
(267) 675-3130
(267) 675-3102 Fax
You may contact the Texas Department of Insurance to obtain the information on
companies, coverages, rights or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800) 252-3439
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53.202, Property Code, effective
September 1, 2001.
OF
wo
POWER OF ATTORNEY
TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 231116 Certificate No. 0 0 6 V 9 6 3 3 2
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Carol F. Tasciotti, Evonne Brown, Adele M. Korczak, Grace Villarreal, Gail Schroeder, Gina M. Damato, Thomas A. Pictor, Michael Damewood,
Luisa Seymour, Thomas N. Tague, Brenda D. Hockberger, Carlina A. Oswald, Tara S. Petersen, Todd D. Baraniak, Dale F. Poquette, Oscar F. Rincon,
Moises Alcantar, James P. Fagan, Stephanie Miller, Grace Fowlkes, Ann Mulder, Latina Reidenbach, Mary D. Thomas, Amber Derkson, Dan Hasson,
Dan Orna, Kristan Retusnic, Kathleen Stewart, Mary Jo Campbell, Carrie Smith, Adam Kveton, Jessica Hernandez, Robin Vinci, Jason Cummings,
Emily Swatkowski, Renee D. Davis, Tiffany Uribe, Anthony Perez, and Kyle Pollock
of the City of ChieagoAganrville State of Illinois their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of July 2016
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
19th
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
GASUA F\RE 6 �W INg 1.........'M•♦
d .......G,9 ,y �P�Nyi yJr sG,`ylw7 `'�A4�YY'
O Aft ♦ Qo : 4 - P•fi rt'pQ OOgA '.Y I4�, <p 9
lW:epavoaArf;.�'• a a
; n ` W tiARiFOaO, t s' n4'i1FdfS1, is '��
t _ J n i o CONN. n Co 6Y g N
EALi�o,o&t,SSALae
y ♦ ti r � �N.,�,a": �s,,fsgMAN�✓ !s•.. •••*d of ,,+ v'+`� �! AlN�
� • pfF
State of Connecticut
City of Hartford ss.
By: f'
Robert L. Raney, Senior Vice President
On this the 19th day of July 1 2016 , before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
r'.7 .
In Witness Whereof, I hereunto set my hand and official seal. W �✓' y
My Commission expires the 30th day of June, 2021.lMarie C. Tetreault, Notary Public
58440-5-16 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any'Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seats of said Companies this 20th day of December , 20 16
Kevin E. Hughes, Assistant Secrftary
GASU.�� PT••••I�( v, F\RE 4 ;'N IM � +�� \+��R .s JP tY ANp lf��l'TY YY'y�
z �ypppq�, r` . WD�ne '4� O . • .. 9 Q� : •........ yti.-� a e� .�+ 4`9
f,y4'�pPPORATE
EALiro: 'S`:SEAL:s` W CONN. o Whv e n�<
`RANGF' o'l.......
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
Aftk
Insurance. In -Synch"
STATE OF ILLINOIS
COUNTY OF KENDALL
I, Gina M. Damato a Notary Public in and for said County, do hereby
certify that Oscar F. Rincon Attorney -in-Fact, of the:
THE TRAVELERS INDEMNITY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY OF ANIERICA
FARMINGTON CASUALTY COMPANY
SEABOARD SURETY COMPANY
UNITED STATES FIDELITY AND GUARANTY COMPANY
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
ST. PAUL GUARDIAN INSURANCE COMPANY
ST. PAUL MERCURY INSURANCE COMPANY
Who is personally known to me to be the same person, whose name is subscribed to the foregoing,
instrument, appeared before me this day in person, and acknowledged that they signed, sealed, and
delivered said instrument for and on behalf of:
THE TRAVELERS INDEMNITY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY
TRAVELERS CASUALTY & SURETY COMPANY OF ANIERICA
FARMINGTON CASUALTY COMPANY
SEABOARD SURETY COMPANY
UNITED STATES FIDELITY AND GUARANTY COMPANY
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE COMPANY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
ST. PAUL GUARDIAN INSURANCE COMPANY
ST. PAUL MERCURY INSURANCE COMPANY
For the uses and purposed therein set forth.
Given under my hand and notarial seal at my office in the City of Naperville in said
County, this 20th day of December A.D. 20 16
OFFICIAL SEAL
Notary Publict GINA M. OAMATO
NOTARY PUBLIC - STATE OF ILLINOIS
MY COMMISSION EXPIRES APRIL 05, 2020
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
. (CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Ace Pipe Cleaning, Inc. (hereinafter called the Principal(s),
as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Eight Hundred Fifty -Five Thousand Four Hundred Fifty -Eight
Dollars $855 458 lawful money of the United States for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 151h day
of December, 2016, to REP 17-13037-TF Canyon Lakes Sanitary Sewer Interceptor Rehabilitation -
Phase IA
and said Principal under the law is required before commencing the work provided for in said contract to
execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2016.
Surety
*By:
- (Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
1
Pate Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
(Title)
Approved as to form:
City of Lubbock
..
By:
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
2
Pate Intentionally Left Blank
PERFORMANCE BOND
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Ace Pipe Cleaning, Inc. (hereinafter called the Principal(s),
as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Eight Hundred Fifty -Five Thousand Four Hundred Fifty -Eight
Dollars $855 458 lawful money of the United States for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 15' day
of December, 2016, to RFP 17-13037-TF Canyon Lakes Sanitary Sewer Interceptor Rehabilitation -
Phase IA
and said Principal under the law is required before commencing the work provided for in said contract to
` execute a bond and said principal under the law is required before commencing the work provided for in said
_ contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part
hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said article to the same extent as if it were copied at length herein.
t IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this _ day of , 2016.
Surety
.. * By:
(Title)
C_
i
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Pate Intentionally Left Blank
}
The undersigned surety company represents that it is duly'qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
*By.
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
p, * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
2
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
ACC>RV CERTIFICATE OF LIABILITY INSURANCE
DAM (MM/DD/YYYY)
12121/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
MARSH USA INC.
540 W. MADISON
CONTACT
NAME:
A/CNNFAX
o Ext : A/C No):
E-MAIL
ADDRESS:
CHICAGO, IL 60661
Attn: chicago.CertRequest@marsh.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Zurich American Insurance Company
16535
ACE PI
INSURED
ACE PIPE CLEANING, INC.
INSURER B : American Zurich Insurance Company
40142
INSURER C :
6601 UNIVERSAL AVENUE
INSURER D
KANSAS CITY, MO 64120
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: CHI-006948933-01 REVISION NUMBER:1
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
MM/DDIYYYY
POLICY EXP
MM/DDIYYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
GLO9377201-13
10131/2016
10/31/2017
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE FqOCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 1,000,000
X
MED EXP (Any one person)
_
$ 10,000
XCU INCLUDED
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
POLICY PI JECT LOC
PRODUCTS-COMP/OPAGG
$ 2,000,000
$
OTHER:
A
AUTOMOBILE
LIABILITY
BAP 9377199-13
10/31/2016
10/31/2017
COMBINED
Ea accident SINGLE LIMIT
$ 2,000,000
BODILY INJURY (Per person)
$
X
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per$
NON -OWNED
HIRED AUTOS AUTOSaccident)PROPERTY
$
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTION $
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N / A
WC 9377202-13
10/3112016
10/31/2017
X PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE; RE: CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION PHASE 1A, CONTRACT #13037, PROJECT #92318.9242.30000
CITY OF LUBBOCK IS AN ADDITIONAL INSURED UNDER THE GENERAL LIABILITY, BUT ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED FOR
OPERATIONS PERFORMED BY THE NAMED INSURED. THIS INSURANCE IS PRIMARY AND NON-CONTRIBUTORY OVER ANY EXISTING INSURANCE AND LIMITED TO LIABILITY ARISING OUT OF THE
OPERATIONS OF THE NAMED INSURED WHERE REQUIRED BY WRITTEN CONTRACT. A WAIVER OF SUBROGATION IS INCLUDED IN FAVOR OF THE ADDITIONAL INSURED WITH RESPECT TO THE
GENERAL LIABILITY, AUTOMOBILE LIABILITY AND WORKERS COMPENSATION COVERAGES, BUT ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED.
CERTIFICATE HOLDER CANCELLATION
CITY OF LUBBOCK
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
PO BOX2000, ROOM 204
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
LUBBOCK, TX 79457
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc.
Manashi MukherjeeL�►.e: E6 h3
@ 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
Coverage Extension Endorsement - Liability Only ZURICH
Policy No. Eff. Bete of Pot, Exp. Date of Poi. Eff. Date of End. Producer No. Add"1. Prom Return Prem.
BAP-9377199-13 10/31/2016 1 10/31/2017 10/31/2016 3006000 N/A N/A
THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Motor Carrier Coverage Form
A. Amended Who Is An Insured
1. The following is added to the Who Is An Insured Provision in Section II —Covered Autos Liability Coverage:
The following are also "insureds":
a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts
performed within the scope of employment by you. Any "employee" of yours is also an "insured" while
operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your
permission, while performing duties related to the conduct of your business.
b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or
borrow to transport your clients or other persons in activities necessary to your business.
c. Anyone else who furnishes an "auto" referenced in Paragraphs A.i.a. and A.i.b. in this endorsement.
d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract
or written agreement with you executed prior to any "accident", including those person(s) or organization(s)
directing your work pursuant to such written contract or written agreement with you, provided the "accident"
arises out of operations governed by such contract or agreement and only up to the limits required in the
written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less,
2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other
Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form:
Coverage for any person(s) or organization(s), where required by written contract or written agreement with you
executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained
by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond
the terms and conditions of the Coverage Form.
B. Amendment — Supplementary Payments
Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability
Coverage are replaced by the following:
(2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an
"accident" we cover, We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a
day because of time off from work,
U=CA-423-A t' W (Q2=14)
Page 1 of 3
Includes copyrighted material of Insurance Services Office, Inc., with Its permission.
C. Fellow Employee Coverage
The Fellow Employee Exclusion contained In Section II — Covered Autos Liability Coverage does not apply.
D. Driver Safety Program Liability Coverage
The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
E. Amended Duties In The Event Of Accident, Claim, Suit Or Loss
Paragraph a. of the Duties in The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following:
a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice
of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or
"loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited
liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any
agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate
the insurance afforded by this policy.
Include, as soon as practicable:
(1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written
notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit";
(2) The "insured's" name and address; and
(3) To the extent possible, the names and addresses of any injured persons and witnesses.
If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your
failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon
as practicable after the fact of the delay becomes known to you.
F. Waiver of Transfer Of Rights Of Recovery Against Others To Us
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or
"loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only
applies to the person or organization designated in the contract.
G. Unintentional Failure to Disclose Hazards
The following is added to the Concealment, Misrepresentation Or Fraud Condition:
However, we will not deny coverage under this Coverage Form if you unintentionally:
(1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or
(2) Make an error, omission, improper description of "autos" or other misstatement of information.
You must notify us as soon as possible after the discovery of any hazards or any other information that was riot
provided to us prior to the acceptance of this policy.
H. Hired Auto— World Wide Coverage
Paragraph Ta.(5) of the Policy Period, Coverage Territory Condition Is replaced by the following:
(5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less,
I. Bodily Injury Redefined
The definition of "bodily Injury" In the Definitions Section is replaced by the following:
"Bodily Injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish,
resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease.
U-CA-428-A GWY (02-14)
Page 2 of 3
Includes copyrighted material of Insurance Services Offloe, Inc., with its permission.
J. Expected Or Intended Injury
The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section 11— Covered Auto Liability
Coverage is replaced by the following:
Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does
not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or
property.
All other terms, conditions, provisions and exclusions of this policy remain the same.
U-GA--A28--A CVHF (02-14)
Page 3 of 3
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Waiver Of Transfer Of Rights Of R000very Against Others To Us
olicy Na . Date of Pol.. DaCc of Pot. Date ef>?nd: gcncyNaP=n ctum P=m
AP 9377199.13 IOd31/2016 P3P.
1/2017 10/31/2016
This endorsement is issued by the company named in the Declarations. It changes the policy on the effective date listed above at
the hour stated in the Declarations.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured: Carylon Corporation
Address (Including ZIP code):
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Truckers Coverage Form
Garage Coverage Form
Motor Carrier Coverage Form
SCHEDULE
Name of Person or Organization: ALL, PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN
CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT
WAIVER OF SUBROGATION BE PROVIDED UNDER
THIS POLICY.
We waive any right of recovery we may have against the designated person or organization shown in the schedule because of
payments we make for injury or damage caused by an "accident" or "loss" resulting from the ownership, maintenance, or use of
a covered "auto" for which a Waiver of Subrogation is required in conjunction with work performed by you for the designated
person or organization. The waiver applies only to the designated person or organization shown in the schedule.
Countersigned: Date:
U•CA-320 B CW (4/94)
Page 1 of 1
Additional Insured - Owners, Lessees .fir Contractors -
Ongoing Operations - Scheduled
Policy No.
Eff. Date of Pol.
Exp. Date of Pol.
Eff. Date of End,
Producer No,
Add'l. Prem
Return Prem,
LO-9377201-13
10/31 /2016
10/31 /2017
10/31 /2016
1 30060000
N/A
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
SCHEDULE
Name of Person or Organization:
Location and Description of
Ongoing Operations:
Additional
Premium:
ANY PERSON OR ORGANIZATION, OTHER
ANY LOCATION OR PROJECT, OTHER THAN A
THAN AN ARCHITECT, ENGINEER, OR
WRAP-UP OR CONSOLIDATED INSURANCE
NIA
SURVEYOR, WHOM YOU ARE REQUIRED TO
PROGRAM LOCATION OR PROJECT FOR
ADD AS AN ADDITIONAL INSURED UNDER
WHICH INSURANCE IS OTHERWISE
THIS POLICY UNDER A WRITTEN CONTRACT
SEPARATELY PROVIDED TO YOU BY A WRAP -
OR WRITTEN AGREEMENT EXECUTED PRIOR
UP OR OTHER CONSOLIDATED INSURANCE
TO LOSS, EXCEPT WHERE SUCH
PROGRAM.
REQUIREMENT IS PROHIBITED BY LAW.
A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization shown in
the Schedule of this endorsement, but only with respect to liability arising out of your ongoing operations performed
for that insured at or from the corresponding Location designated and described in the Schedule.
However,
1. The Insurance afforded to such additional insured only applies to the extent permitted by law; and
2. if coverage provided to the additional Insured is required by a written contract or written agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the written contract or
written agreement to provide for such additional insured.
B. With respect to the insurance afforded to any additional insured shown in the Schedule of this endorsement, the
following additional exclusions apply:
This insurance does not apply to "bodily injury" or "property damage" occurring after:
1. All work, Including materials, parts or equipment furnished in connection with such work, on the project (other than
service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the
covered operations has been completed; or
2. That portion of "your work" out of which the Injury or damage arises has been put to its intended use by any
person or organization other than another contractor or subcontractor engaged in performing operations for a
principal as a part of the same project.
U,GL-14 O OW (04113)
Page 1 of 2
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
C. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is required by a written contract or written agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
9. Required by the written contract or written agreement; or
2. Available under the applicable Limits of Insurance shown in the Declarations,
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
All other terms and conditions of this policy remain unchanged.
U-GLz14W--0 OW (04113)
page a of 2
Includes copyrighted material of Insurance SWAM office, inc., MIN Its permission.
9
Additional Insure1Contractors ZURIC
Completed 1' ' 1 1 1
Policy No. I Eft. Date of Pol. Exp, Date of Pal. Eff. Date of End. ProducerNo. Addl. Prem Return Prem.
GLO-9377201-13 1 10/31 /2016 10/31/2017 10/31/2016
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
SCHEDULE
Name of Person or Organization:
Location and Description of
CoMpleted Operations:
Additional
Premium:
ANY PERSON OR ORGANIZATION, OTHER
ANY LOCATION OR PROJECT, OTHER
NIA
THAN AN ARCHITECT, ENGINEER, OR
THAN A WRAP-UP OR CONSOLIDATED
SURVEYOR, WHOM YOU ARE REQUIRED
INSURANCE PROGRAM LOCATION OR
TO ADD AS AN ADDITIONAL INSURED
PROJECT FOR WHICH INSURANCE IS
UNDER THIS POLICY UNDER A WRITTEN
OTHERWISE SEPARATELY PROVIDED TO
CONTRACT OR WRITTEN AGREEMENT
YOU BY A WRAP-UP OR OTHER
EXECUTED PRIOR TO LOSS, EXCEPT
CONSOLIDATED INSURANCE PROGRAM.
WHERE SUCH REQUIREMENT IS
PROHIBITED BY LAW,
Section II — Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule
of this endorsement, but only with respect to liability arising out of "your work" at or from the corresponding location
designated and described in the Schedule performed for that insured and included in the "products -completed operations
hazard".
However, if you have entered into a construction contract with an additional insured person or organization shown in the
Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by
law.
All other terms and conditions of this policy remain unchanged,
U-0X-1466-0 GW (12-13)
Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc., with Its permission,
Cher Insurance Amendment — Primary Atid Non -
Contributory
Policy No.
Eff. Date of Pay.
Exp, Date of Pol.
Elf. Date of End.
Producer No.
AddT Prem
Return Prem.
GLO 9377201-13
10/31/2016
10I31/2017
10/31/2017
1 30060000
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured: CARYLCN CORPORATION
Address (including ZIP Code): 2500 W ARTHINGTCN AVE
CHICAGO, IL 60612
This endorsement modifies insurance provided under the:
Corninercial General Liability Coverage Part
1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability
Conditions:
This insurance is primary insurance to and will not seek contribution from any other insurance available to an
additional insured under this policy provided that:
a. The additional insured is a Named Insured under such other insurance; and
b. You are required by a written contract or written agreement that this insurance would be primary and would not
seek contribution from any other insurance available to the additional insured.
2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial
General Liability Conditions:
This insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional insured on our policy is also covered as an additional insured on another policy
providing coverage for the same "occurrence", offense, claim or "suit", This provision does not apply to any policy in
which the additional insured is a Named Insured on such other policy and wham our policy is required by written
contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis.
All other terms and conditions of this policy remain unchanged.
u-cL 132r-a cw (o4►13)
Page 1 of f
Includes copyrighted material of Insurance Services Office. Inc., with its permission.
Policy No, ( E f Date of Pol, ( Exp, Date of Pol. I Eff. Date of End Ic Produer.
9377201-13 10/31 /2016 10/31 /2017 10/31 /2016
AWL Prem I Retum Pram
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the;
Commercial General Liability Coverage Part
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition;
If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth-
ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other
operations in which the insured has no contractual interest
u-GL, 925.B cw tlatol>
Page 1 of 1
ACC>RV CERTIFICATE OF LIABILITY INSURANCE
1
DATE(/2016 YYYY)
12/21/2016
F
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
MARSH USA INC.
W. MADISON
CONTACT
NAME'
PHON540 No):
A/C No Ext : FA
E-MAIL
ADDRESS:
CHICAGO, IL 60661
Attn: chicago.CertRequest@marsh.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Zurich American Insurance Company
16535
ACE PI
INSURED
ACE PIPE CLEANING, INC.
INSURER B : American Zurich Insurance Company
40142
INSURER C :
6601 UNIVERSAL AVENUE
INSURER D :
KANSAS CITY, MO 64120
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: CHI-006948933-01 REVISION NUMBER:1
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1L7R
TYPEOFINSURANCE
1=ADDLSUER
POLICY NUMBER
MM/DDT
MM/DD�
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
GLO 9377201-13
10131/2016
10/3112017
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE M OCCUR
DAMAGE TO
PREMISES Ea occurrence)
$ 1,000,000
X
MED EXP (Any one person)
$ 10,000
XCU INCLUDED
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
POLICY F_x1 PE T LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
A
AUTOMOBILE
LIABILITY
BAP 9377199-13
10/31/2016
10/31/2017
COMBINED SINGLE LIMIT Ea accident
$ 2,000,000
BODILY INJURY (Per person)
$
X
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
NON -OWNED
HIRED AUTOS AUTOS
UMBRELLA LIAR
OCCUR
EACH OCCURRENCE
_
AGGREGATE
_$__ _
$
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTION $
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y�
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N / A
WC 9377202-13
10/31/2016
10131/2017
X PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE; RE: CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION PHASE 1A, CONTRACT #13037, PROJECT 492318.9242.30000
CITY OF LUBBOCK IS AN ADDITIONAL INSURED UNDER THE GENERAL LIABILITY, BUT ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED FOR
OPERATIONS PERFORMED BY THE NAMED INSURED. THIS INSURANCE IS PRIMARY AND NON-CONTRIBUTORY OVER ANY EXISTING INSURANCE AND LIMITED TO LIABILITY ARISING OUT OF THE
OPERATIONS OF THE NAMED INSURED WHERE REQUIRED BY WRITTEN CONTRACT. A WAIVER OF SUBROGATION IS INCLUDED IN FAVOR OF THE ADDITIONAL INSURED WITH RESPECT TO THE
GENERAL LIABILITY, AUTOMOBILE LIABILITY AND WORKERS COMPENSATION COVERAGES, BUT ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED.
CERTIFICATE HOLDER CANCELLATION
CITY OF LUBBOCK
PO BOX 2000, ROOM 204
LUBBOCK, TX 79457
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc.
Manashi Mukherjee %AR10"
@ 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
0
Coverage Extension Endorsement - Liability Only ZURICH
Policy No. Eff. Date of Pol, I Exp. Data of Pol. I Eff. Rate of End. Producer No. Add'I. Pram Return Pram.
BAP-9377199-13 10/31/2016 10/31/2017 10/31/2016 3006000 N/A N/A
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Motor Carrier Coverage Form
A. Amended Who Is An Insured
1. The following is added to the Who Is An Insured Provision in Section II —Covered Autos Liability Coverage:
The following are also "insureds":
a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts
performed within the scope of employment by you. Any "employee" of yours is also an 'insured" while
operating an `auto" hired or rented under a contract or agreement in that 'employee's" name, with your
permission, while performing duties related to the conduct of your business.
b. Anyone volunteering services,to you is an "insured" while using a covered "auto" you don't own, hire or
borrow to transport your clients or other persons in activities necessary to your business.
c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement.
d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract
or written agreement with you executed prior to any "accident", including those person(s) or organization(s)
directing your work pursuant to such written contract or written agreement with you, provided the "accident"
arises out of operations governed by such contract or agreement and only up to the limits required in the
written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less,
2. The following is added to the Other Insurance Condition In the Business Auto Coverage Form and the Other
Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form:
Coverage for any person(s) or organization(s), where required by written contract or written agreement with you
executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained
by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond
the terms and conditions of the Coverage Form,
B. Amendment — Supplementary Payments
Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability
Coverage are replaced by the following:
(2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an
"accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses Incurred by the "insured" at our request, including actual loss of eamings up to $500 a
day because of time off from work.
U=GA-42B A GW (0214)
Page 1 of 3
Includes copyrighted material of Insurance services Office, Inc., with Its permission.
C. Fellow Employee Coverage
The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply.
D. Driver Safety Program Liability Coverage
The following is added to the Racing Exclusion In Section II — Covered Autos Liability Coverage:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
E. Amended Duties In The Event Of Accident, Claim, Suit Or Loss
Paragraph a. of the Duties in The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following:
a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice
of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or
"loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited
liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any
agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate
the insurance afforded by this policy.
Include, as soon as practicable:
(1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written
notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit";
(2) The "insured's" name and address; and
(3) To the extent possible, the names and addresses of any injured persons and witnesses,
If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your
failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon
as practicable after the fact of the delay becomes known to you.
F. Waiver of Transfer Of Rights Of Recovery Against Others To Us
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or
"loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only
applies to the person or organization designated in the contract.
G. Unintentional Failure to Disclose Hazards
The following is added to the Concealment, Misrepresentation Or Fraud Condition:
However, we will not deny coverage under this Coverage Form if you unintentionally:
(1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or
(2) Make an error, omission, improper description of "autos" or other misstatement of information.
You must notify us as soon as possible after the discovery of any hazards or any other information that was not
provided to us prior to the acceptance of this policy.
H. Hired Auto— World Wide Coverage
Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following:
(5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of fQ days or less,
1. Bodily Injury Redefined
The definition of "bodily injury" in the Definitions Section is replaced by the following:
"Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish,
resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease.
U-CA-428-A CW (02-14)
Page 2 of 3
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
J. Expected Or Intended Injury
The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability
Coverage is replaced by the following:
Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does
not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or
property.
All other terms, conditions, provisions and exclusions of this policy remain the same.
U-CA-A26-A CW (02-14)
Page 3 of 3
Includes copyrighted materiel of Insurance Services Office, Inc., with its permission.
Waiver Of Transfer Of Rights Of Recovery against Others To Us
alisy No. ff. Date of RA. Date of P01. Rate oflind, $encyNa di. Pt�n eturnPrem,
AP 9377199.13 10/31/2016 0/31/2017 10/31/2016
This endorsement is issued by the company named in the Declarations. it changes the policy on the effective date listed above at
the hour stated in the Declarations,
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured: Carylon Corporation
Address (including ZIP code):
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Truckers Coverage Form
Garage Coverage Form
Motor Carrier Coverage Form
SCHEDULE
Name of Person or Organization: ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN
CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT
WAIVER OF SUBROGATION BE PROVIDED UNDER
THIS POLICY.
We waive any right of recovery we may have against the designated person or organization shown in the schedule because of
payments we make for injury or damage caused by an "accident" or "loss" resulting from the ownership, maintenance, or use of
a covered "auto" for which a Waiver of Subrogation is required in conjunction with work performed by you for the designated
person or organization. The waiver applies only to the designated person or organization shown in the schedule.
Countersigned: Date:
U-CA,320.13 C W (Q/94)
Page I of 1
Additional Insured - Owners, Lessees .Or Contractors -
Ongoing Operations - Scheduled
Policy No.
Eff. Date of Pol.
Exp. Date of Pol.
Eff. Date of End.
Producer No.
AddT Prom
Return Prem.
LO-9377201-13
10/31 /2016
1 10/31 /2017
1 10/31 /2016
1 30060000
1
N/A
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
SCHEDULE
Name of Person or Organization:
Location and Description of
Ongoing Operations:
Additional
Premium:
ANY PERSON OR ORGANIZATION, OTHER
ANY LOCATION OR PROJECT, OTHER THAN A
THAN AN ARCHITECT, ENGINEER, OR
WRAP-UP OR CONSOLIDATED INSURANCE
N(A
SURVEYOR, WHOM YOU ARE REQUIRED TO
PROGRAM LOCATION OR PROJECT FOR
ADD AS AN ADDITIONAL INSURED UNDER
WHICH INSURANCE IS OTHERWISE
THIS POLICY UNDER A WRITTEN CONTRACT
SEPARATELY PROVIDED TO YOU BY A WRAP -
OR WRITTEN AGREEMENT EXECUTED PRIOR
UP OR OTHER CONSOLIDATED INSURANCE
TO LOSS, EXCEPT WHERE SUCH
PROGRAM.
REQUIREMENT IS PROHIBITED BY LAW,
A. Section II -- Who Is An Insured is amended to include as an additional insured any person or organization shown in
the Schedule of this endorsement, but only with respect to liability arising out of your ongoing operations performed
for that insured at or from the corresponding Location designated and described in the Schedule.
However,
1. The Insurance afforded to such additional insured only applies to the extent permitted by law, and
2. if coverage provided to the additional insured is required by a written contract or written agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the written contract or
written agreement to provide for such additional insured.
B. With respect to the insurance afforded to any additional insured shown in the Schedule of this endorsement, the
following additional exclusions apply:
This insurance does not apply to "bodily injury" or "property damage" occurring after:
1. All work, including materials, parts or equipment furnished In connection with such work, on the project (other than
service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the
covered operations has been completed; or
2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any
person or organization other than another contractor or subcontractor engaged in performing operations for a
principal as a part of the same project.
U-GL-1466-C OW (04113)
Page 1 of 2
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
C. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is required by a written contract or written agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
1. Required by the written contract or written agreement; or
2. Available under the applicable Limits of Insurance shown in the Declarations,
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
All other terms and conditions of this policy remain unchanged,
U-GLa14W-C OW (003)
Pago 2 of 2
Includes copyrighted Material of Insurance Services office, Inc., With Its pemission.
Additional Insured
Completed ';1' • 1 1 1 1
4Z
�F
ZUR
I
Policy No.
Eft. Date of Pol.
Exp, Date of Pol.
Eff. Date of End.
Producer No.
AddT Prem
Return Prem.
GLU-9377201-13
10/31 /2016
10/31/2017
10/31/2016
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
SCHEDULE
Name of Person or Organization:
Location and Description of
Co feted Operations:
Additional
Premium:
ANY PERSON OR ORGANIZATION, OTHER
ANY LOCATION OR PROJECT, OTHER
NIA
THAN AN ARCHITECT, ENGINEER, OR
THAN A WRAP-UP OR CONSOLIDATED
SURVEYOR, WHOM YOU ARE REQUIRED
INSURANCE PROGRAM LOCATION OR
TO ADD AS AN ADDITIONAL INSURED
PROJECT FOR WHICH INSURANCE IS
UNDER THIS POLICY UNDER A WRITTEN
OTHERWISE SEPARATELY PROVIDED TO
CONTRACT OR WRITTEN AGREEMENT
YOU BY A WRAP-UP OR OTHER
EXECUTED PRIOR TO LOSS, EXCEPT
CONSOLIDATED INSURANCE PROGRAM.
MERE SUCH REQUIREMENT IS
PROHIBITED BY LAW.
Section II — Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule
of this endorsement, but only with respect to liability arising out of "your work" at or from the corresponding Nation
designated and described in the Schedule performed for that insured and included in the "products -completed operations
hazard".
However, if you have entered into a construction contract with an additional insured person or organization shown in the
Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by
law.
All other terms and conditions of this policy remain unchanged.
u-0 1A66-D OW (12-13)
Pagel of 1
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Other Insurance Amendment i.nd No
Contributory I
Policy No.
Eff. Date of Pol.
Exp. Date of Pd.
Eff. Date of End.
Producer No.
AddT Prem
Return Prem.
GI O 9377201m 13
10t31 t2016
10131 t2017
10t31 t2017
30060000
THiS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured: CARYLON CORPORATION
Address (including ZIP Code): 2500 W ARTHiNGTON AVE
CHICAGO, IL 60612
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability
Conditions:
This insurance is primary insurance to and will not seek contribution from any other insurance available to an
additional insured under this policy provided that:
a. The additional insured is a Named Insured under such other insurance; and
b. You are required by a written contract or written agreement that this insurance would be primary and would not
seek contribution from any other insurance available to the additional insured.
2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial
General Liability Conditions:
This insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
Insured, in which the additional insured on our policy is also covered as an additional insured on another policy
providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in
which the additional insured is a Named Insured on such other policy and where our policy is required by written
contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis.
All other terms and conditions of this policy remain unchanged.
U-GL 1327-8 CW (Q4113)
Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc., with Its permission,
Waiver Of Subrogation (Blanket) Endorsement ZURICH
Policy No, I Efi Date of Pol, 5p. Pate of Pol. I Eff. Date of land. Producer I Add'l. Prem I Reaam Prom.
1 O9377201-13 1 10/31/2016 10/31l2017 10/31/2016 Is Is
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth-
ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other
operations in which the insured has no contractual interest
U-GL-425-B CW (12101)
Page 1 of 1
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and contractually require each person with whom it
contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Pate Intentionally Left Blank
I
CONTRACT
Pate Intentionally Left Blank
Contract 13037
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 15" day of December, 2016 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to
do so, hereinafter referred to as OWNER, and Ace Pipe Cleaning, Inc. of the City of Kansas City, County of Jackson
and the State of Missouri hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 17-13037-TF Canyon Lakes Sanitary Sewer Interceptor Rehabilitation - Phase IA
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Ace Pipe Cleaning, Inc.'s proposal dated November 2, 2016 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
Ace Pipe Cleaning, Inc.
By:
4-
PRINTED NAME:
TITLE: '>Q St-w—Af t
COMPLETE ADDRESS:
Ace Pipe Cleaning, Inc.
6601 Universal Avenue
Kansas City, MO
ATTEST:
Corporate Secretary
Bruce Vantine
Secretary / Treasurer
CITY OF LUBBO K, TEXAS (OWNER):
By:
Daniel M. Pope, tayor
ATTEST:
ReW a arza, City Secreta
APPROVED AS TO CONTENT:
E., 3ffij6f Water Utilities Engineer
P.E—.Director of Public Works
APPROVED OVED AS To FORM:
K Ili Leisure, Assistant City Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the
Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has
a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor
meets the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later
than the 71h business dayafter the date the vendor becomes aware of the facts that require the statement to be
q
filled.
Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager.
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1625 13th Street, Room 206
Lubbock, TX 79401
Questionnaire is available at http://www.ci.lubbock.tx.us/departmentalwebsites/
departments/purchasing/vendor-in formation
i_
CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
Texas Government Code 2252.908
Disclosure of Interested Parties
Form 1295
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section
2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to
file with the governmental entity or state agency a disclosure of interested parties at the time the business entity
submits the signed contract to the governmental entity or state agency.
§2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new
disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made
under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or
vote by the governing body of the governmental entity or state agency before the contract may be signed or has
a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section.
House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016.
An interested party is defined as a person who has a controlling interest in a business entity with whom a
governmental entity or state agency contracts or who actively participates in facilitating the contract or
negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business
entity.
Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires
registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form,
notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department.
Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with
the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than
the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will
complete the form for the contract with which the form is associated. The completed form will be made
available via the Texas Ethics Commission website.
Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed
instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
I. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to inean the person, persons, co-
partnership or corporation, to wit Ace Pipe Cleaning, Inc,, who has agreed to perform the work embraced in
l this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative, John Turpin, P.E, Chief Water Utilities Engineer, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
Resident Project Representatives as may be authorized by said Owner to act in any particular way under this
agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction
of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the
Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
l
E
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, '
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and
seeding performed for substantial completion.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
I._
12. RIGHT OF ENTRY
The Owner's Representative may snake periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction
documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from
Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work
contemplated by these contract documents or the completion of the work contemplated by these contract
documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to
comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no
extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and
place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees,
such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. !
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents,
and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The decision of the Owner's Representative shall be conclusive in the absence of written objection to same
delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any and all
objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the
work done under this Agreement, and to see that said material is furnished and said work is done in accordance
with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the
subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or
inspectors so appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor object to any
orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days
make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by
Contractor, as provided herein, any and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
18.
19
20
21
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or t
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and 1
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
6_
SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor
shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and
shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and 1
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
.' 23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
._, commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent to the firm actually performing the
work, and additional higher -tier markups limited to 5% to cover additional overhead and
insurance costs; or (2) the amount that would have been charged by a reasonable and
prudent Contractor as a reasonable and necessary cost for performance of the extra work, ..;
as estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be detennined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the proposals are received, and if no such notice is received by the Owner's
Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully
understands the work to be included and has provided sufficient sums in its proposal to complete the work
in accordance with these plans and specifications. If Contractor does not notify Owner's Representative
before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans
and specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals
being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts
identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs,
damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued
or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
A. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
B. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED
E. Umbrella Liability Insurance — NOT REQUIRED
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
1
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000,000. __
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- ,
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project -includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental --_
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities perforining all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with 4
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as foodibeverage
vendors, office supply deliveries, and delivery of portable toilets.
1
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
F. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a)
provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
i- (b)
provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c)
provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
y
Contractor's current certificate of coverage ends during the duration of the project;
(d)
obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e)
retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f)
notify the governmental entity in writing by certified mail or personal delivery, within 10
f
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdLstate. a.ars) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage; " and
(h) contractually require each person with whom it contracts to provide services on a project,
1 to
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
1_
29
9M
1
(ii) provide a certificate of coverage to the Contractor prior to that person beginning...
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project; i�
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified snail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
DISABLED EMPLOYEES
H
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such S
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. MATERIALMEN. AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
l_
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
n and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the
Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
. paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account
thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer or manufacturers is
specified or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein
to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement,
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save hannless
the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the
violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or
subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall
notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as
provided in the contract for changes in the work. In the absence of timely written notification to Owner's
Representative of such variance or variances within said time, any objection and/or assertion that the plans and
specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed
waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs
arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
A- 33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of
k.
t
42. PARTIAL PAYMENTS r-,
t
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application i
for partial payment. Owner's Representative shall review said application for partial payment if submitted, and
the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and i
including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
perfonned, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative I
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay
all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
r (a) Defective work not remedied and/or work not performed,
i (b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
g (d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
T shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
y Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
55. HAZARDOUS SUBSTANCES AND ASBESTOS „
i
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a t'
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. Ifq
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) ),
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, 3
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this
document, this provision shall control.
I
t,t
59. HOUSE BILL 2015
House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty
to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly
classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly
classify individuals performing work under a governmental contract will be penalized $200 for each individual
that has been misclassified (Texas Government Code Section 2155.001).
60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908
requires a business entity entering into certain contracts with a governmental entity or state agency to file with the
governmental entity or state agency a disclosure of interested parties at the time the business entity submits the
signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under
' oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by
the governing body of the governmental entity or state agency before the contract may be signed or has a value of
at least $1 million. Instructions for completing Form 1295 are available at:
http://www. ci.lubbock.tx.us/departmental-websites/departments/purchasing/ven dor-information
Pate Intentionally Left Blank
DAVIS-BACON WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
General Decision Number: TX160007 01/08/2016
TX7
Superseded General Decision Number:
TX20150007
State: Texas
Construction Types: Heavy and Highway
Counties: Armstrong, Carson, Crosby, Ector, Irion,
Lubbock,
Midland, Potter, Randall, Taylor and Tom Green
Counties in Texas.
(" HEAVY & HIGHWAY CONSTRUCTION
PROJECTS
j Note: Under Executive Order (EO) 13658, an
hourly minimum wage of $10.15 for calendar year
2016 applies to all contracts subject to the Davis -
Bacon Act for which the solicitation was issued on
or after January 1, 2015. If this contract is covered
by the EO, the contractor must pay all workers in
any classification listed on this wage determination
at least $10.15 (or the applicable wage rate listed on
this wage determination, if it is higher) for all hours
spent performing on the contract in calendar year
2016. The EO minimum wage rate will be adjusted
annually. Additional information on contractor
requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
l 0 01/08/2016
* SUTX2011-002 08/02/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER (Paving & Structures) ... $ 13.55
ELECTRICIAN ...................... $ 20.96
r FORM BUILDER/FORM SETTER
Paving & Curb ...............$ 12.36
` Structures ..................$ 13.52
Asphalt Raker ...............$ 12.28
Flagger.....................$ 9.30
Laborer, Common .............$ 10.30
Laborer, Utility ............ $ 11.80
Work Zone Barricade
Servicer....................$ 10.30
POWER EQUIPMENT OPERATOR:
Asphalt Distributer ......... $ 14.87
Asphalt Paving Machine ...... $ 13.40
Broom and Sweeper ........... $ 11.21
Crane, Lattice Boom 80
Tons or Less ................$ 16.82
Crawler Tractor Operator .... $ 13.96
Excavator, 50,000 lbs or less ...............
Front End Loader Operator,
Over 3 CY...................$ 12.77
Front End Loader, 3CY or less............
LoaderBackhoe.............. $ 14.18
Mechanic .................... $ 20.14
Milling Machine .............$ 15.54
Motor Grader, Rough ........ $ 16.15
Motor Grader, Fine .......... $ 17.49
Pavement Marking Machine .... $ 16.42
Reclaimer/Pulverizer........ $ 12.85
Roller, Asphalt ............. $ 10.95
Roller, Other ...............$ 10.36
Scraper .....................$ 10.61
Spreader Box ................$ 12.60
Servicer .........................$ 13.98
Steel Worker (Reinforcing) ....... $ 13.50
TRUCK DRIVER
.$ 13.46
Lowboy -Float ................ $ 14.46
Single Axle ................. $ 12.74
Single or Tandem Axle Dump..$ 11.33
Tandem Axle Tractor with
Semi ........................ $ 12.49
....$ 12.28
WELDERS - Receive rate prescribed for craft
performing operation to which welding is
incidental.
Unlisted classifications needed for work not
included within the scope of the classifications
listed may be added after award only as provided in
the labor standards contract clauses (29CFR 5.5 (a)
(1) (ii)).
The body of each wage determination lists the
classification and wage rates that have been found
to be prevailing for the cited type(s) of construction
in the area covered by the wage determination. The
classifications are listed in alphabetical order of
"identifiers" that indicate whether the particular rate
is a union rate (current union negotiated rate for
local), a survey rate (weighted average rate) or a
union average rate (weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier
enclosed in dotted lines beginning with characters
other than "SU" or "UAVG" denotes that the union
classification and rate were prevailing for that
classification in the survey. Example: PLUM0198-
005 07/01/2014. PLUM is an abbreviation identifier
of the union which prevailed in the survey for this
classification, which in this example would be
Plumbers. 0198 indicates the local union number or
district council number where applicable, i.e.,
Plumbers Local 0198. The next number,
005 in the example, is an internal number used in
processing the wage determination. 07/01/2014 is
the effective date of the most current negotiated
rate, which in this example is July 1, 2014.
Union prevailing wage rates are updated to reflect
all rate changes in the collective bargaining
agreement (CBA) governing this classification and
rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier
indicate that no one rate prevailed for this
classification in the survey and the published rate is
derived by computing a weighted average rate
based on all the rates reported in the survey for that
classification. As this weighted average rate
includes all rates reported in the survey, it may
include both union and non -union rates. Example:
SULA2012-007 5/13/2014. SU indicates the rates
are survey rates based on a weighted average
calculation of rates and are not majority rates. LA
indicates the State of Louisiana. 2012 is the year of
survey on which these classifications and rates are
based. The next number, 007 in the example, is an
internal number used in producing the wage
determination. 5/13/2014 indicates the survey
completion date for the classifications and rates
under that identifier.
Survey wage rates are not updated and remain in
effect until a new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier
indicate that no single majority rate prevailed for
those classifications; however, 100% of the data
reported for the classifications was union data.
EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a
weighted union average rate. OH indicates the state.
The next number, 0010 in the example, is an
internal number used in producing the wage
determination. 08/29/2014 indicates the survey
completion date for the classifications and rates
under that identifier.
A UAVG rate will be updated once a year, usually
in January of each year, to reflect a weighted
average of the current negotiated/CBA rate of the
union locals from which the rate is based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter?
This can be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a
position on a wage determination matter
* a conformance (additional classification and rate)
ruling 1
On survey related matters, initial contact, including
requests for summaries of surveys, should be with
the Wage and Hour Regional Office for the area in
which the survey was conducted because those
Regional Offices have responsibility for the Davis -
Bacon survey program. If the response from this
initial contact is not satisfactory, then the process
described in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the
formal process described here, initial contact should
be with the Branch of Construction Wage
Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can
request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and
29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full
statement of the interested party's position and by
any information (wage payment data, project
description, area practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not
favorable, an interested party may appeal directly to
the Administrative Review Board (formerly the
Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review
Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIFICATIONS
Pate Intentionally Left Blank
CITY OF LUBBOCK, TX
BID DOCUMENTS AND SPECIFICATIONS
FOR THE FURNISHING OF
CANYON LAKES SANITARY SEWER INTERCEPTOR
REHABILITATION, PHASE IA
CONTRACT #: 13037
LAN JOB #: 160-10629-103
September 2016
.................
JUSTIN C. REEVES
.............................
A• 99359 '
(llll\�S� CNALSENG?rr
LOCKWOOD, AND S & NEWNAM NC.
FIRM NO. F-2614
Lockwood, Andrews
Lan & Newnam, Inc.
A LEO A DALY COMPANY 09/15/2016
I
I
I
DIVISION 0
CONTRACTS
I
0001 10 TABLE OF CONTENTS
Division / Title
Section
City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications (By Reference Only*)
Division 0
Contracts
0001 10
Table of Contents
0001 11
Lubbock Front End Documents
00 73 00
Special Conditions
00 75 00
Vendor Compliance to State Law
Division 1
General Requirements
01 11 00
Summary of Work
01 2310
Alternates and Allowances
01 2900
Payment Procedures
01 31 00
Project Management and Coordination
01 31 13
Project Coordination
01 3216
Construction Progress Schedule
01 3233
Photographic Documentation
01 3300
Submittals
01 3500
Construction Sequence
01 4000
Quality Requirements
01 4523
Testing and Inspection Services
01 5000
Temporary Sanitary Facilities
01 5700
Temporary Controls
01 5713
Storm Water Pollution Prevention
01 7000
Execution and Closeout Requirements
*Although not printed and bound as part of the specification documents, this document is included
by reference only and available at the City of Lubbock website.
Table of Contents 0001 10-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
0001 10 TABLE OF CONTENTS
Division / Title
Section
Division 31 Earthwork
31 1300 Erosion and Sediment Controls
Division 33 Utilities
3301 30.16 Closed Circuit Television (CCTV) Inspection of Sewer Lines
3301 30.50 Cleaning of Sewer Lines
33 01 40 Diversion Pumping (Bypass Pumping)
Appendices*
Record Drawings
Geotechnical
Report
*The Appendices are available on the following FTP site for download:
https://Ieoadaly.box.com/1ubbock-canyonlakes-biddocs.
Table of Contents 0001 10-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
00 73 00 SPECIAL CONDITIONS
l
These Special Conditions amend or supplement General Conditions for the Canyon Lakes Sanitary Sewer
Interceptor Rehabilitation, Phase IA.
SC-1 CONTRACT DOCUMENTS
Add the following to Paragraph 4.
Specifications are written in modified brief style. Requirements apply to all work of the same kind,
class, and type even though the word "all" is not stated. Simple imperative sentence structure is
used which places a verb as the first word in the sentence. Where used, it is understood that the
words "furnish", "install", "provide", or similar words include the meaning of the phrase "The
Contractor shall..." before these words. Standard paragraph titles and other identifications of
subject matter in the specifications are intended to aid in locating and recognizing various
�- requirements of the specifications. Titles do not define, limit, or otherwise restrict specification text.
Contractor, and any Subcontractor or Supplier or any other person or organization performing or
furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire
any title to or ownership rights in any of the drawings, specifications or other documents (or copies
of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such
drawings, specifications, other documents or copies on extensions of the project or any other
project without written consent of the Owner and Engineer and specific written verification or
adaptation by Engineer. However, nothing herein shall preclude Contractor from retaining copies of
the Contract Documents for record purposes, unless specifically prohibited in writing by the Owner
for security reasons. If the Owner so directs, Contractor shall surrender all copies of the
construction contract documents and other related documents, in paper or digital format and
remove these documents from computer equipment or storage devices as a condition of final
payment.
SC-2 INTERPRETATION OF PHRASES
Add the following to Paragraph 5.
"At no additional cost", "No additional pay", "Incidental to", "With no extra compensation", "At
Contractor's expense", or similar words mean that the Contractor will perform or provide specified
materials, services, and/or operations without any increase in the Contract Amount. It is
understood that the cost for performing all work is included in the amount bid for other items as
established in the Bid Form and will be performed at no additional cost to the Owner unless
specifically stated otherwise.
A "calendar day" shall be a day of twenty-four hours measured from midnight to the next midnight,
and is any day of the year, with no days being excluded. A "working day" shall be a day which
permits construction of the principal units of the work for a period hours as noted in the Contract
Documents. Working days do not include days on which weather or other conditions not under the
control of the Contractor prevent Contractor from working the hours defining a working day.
Working days do not include Saturdays, Sundays or any of the following holidays: New Year,
President's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the day after Thanksgiving, Christmas Eve and Christmas Day.
Special Conditions 00 73 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
is.
i
SC-3 CONTRACTOR'S RESPONSIBILITIES
Add the following to Paragraph 8.
Drawings and Specifications do not indicate or describe all of the work required to complete the
project. Additional details required for the correct installation of selected products are to be
provided by the Contractor and coordinated with the Engineer.
Organization of Contract Documents is not intended to control or to lessen the responsibility of the
Contractor when dividing work among Subcontractors, or to establish the extent of work to be
performed by any trade, Subcontractor or Supplier. Specifications or details do not need to be
indicated or specified in each specification or drawing. Items shown in the contract documents are
applicable regardless of location in the Contract Documents.
SC-4 CONTRACTOR'S LAYOUT OF WORK
Add the following to paragraph 10.
The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying
services and equipment as needed for horizontal and vertical location and control of the work. A list
of vertical and horizontal control points or bench marks in the project vicinity will be furnished to the
Contractor.
SC-5 RIGHT OF ENTRY
Add the following to Paragraph 12.
Contractor shall provide for all additional lands and access thereto that may be required for
temporary construction facilities or storage of materials and equipment. A copy of the written
agreements for the use of such land shall be provided to the Owner on request for record purposes
SC-6 LINES AND GRADES
Add the following to Paragraph 13.
Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the
Owner's Representative has furnished lines and grades to the Contractor, as part of the Contract
Documents.
SC-7 SUPERINTENDENCE AND INSPECTION
Add the following to Paragraph 15.
The Owner's Representative may also appoint contracted individuals and business entities to serve
in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors
are defined as Resident Project Representatives (RPR). For the purpose of this paragraph,
Engineer is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's
Representative.
RPR is the Engineer's agent during construction, will act as directed by and under the supervision
of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters
pertaining to the on -site work shall in general be with Engineer and Contractor keeping Owner's
Representative advised as necessary. RPR's dealings with subcontractors shall only be through or
with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner's
Representative with the knowledge of and under the direction of and the direction of the Engineer.
[I
Special Conditions 00 73 00-2 }
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
-- SC-7.1 Liaison:
Serve as Engineer's liaison with Contractor, working principally through Contractor's
superintendent and assist in understanding the intent of the Contract Documents, and
assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations
affect OWNER's on -site operations.
Assist in obtaining from OWNER additional details or information, when required for proper
execution of the Work.
SC-7.2 Shop Drawings and Samples:
Receive samples which are furnished at the site by Contractor, and notify Engineer of
availability of samples for examination.
Advise Engineer and Contractor of the commencement of any Work requiring a Shop
Drawing or sample if the submittal has not been approved by the Engineer.
SC-7.3 Review of Work, Rejection of Defective Work, Inspections and Tests:
Conduct on -site observations of the Work in progress to assist Engineer in determining if
the Work is in general proceeding in accordance with the Contract Documents.
Report to Engineer whenever RPR believes that any Work is unsatisfactory, faulty or
defective or does not conform to the Contract Documents, or has been damaged, or does
not meet the requirements of any inspection, test or approval required to be made; and
advise Engineer of Work that RPR believes should be corrected or rejected or should be
uncovered for observation, or requires special testing, inspection or approval.
Any failed test resulting in a retest, shall be provided at the Contractor's expense and shall
be deducted from the Contractor's monthly pay estimate.
Verify that tests, equipment and systems startups and operating and maintenance training
are conducted in the presence of appropriate personnel, and that Contractor maintains
adequate records thereof; and observe, record and report to Engineer appropriate details
relative to the test procedures and startups.
Accompany visiting inspectors representing public or other agencies having jurisdiction
over the Project, record the results of these inspections and report to Engineer.
SC-7.4 Reports:
Furnish Engineer periodic reports as required of progress of the Work and of Contractor's
compliance with the progress schedule and schedule of Shop Drawing and sample
submittals.
Consult with Engineer in advance of scheduled major tests, inspections or start of important
phases of the Work.
Report immediately to Engineer and Owner upon the occurrence of any accident.
SC-7.5 Payment Requests:
Special Conditions 00 73 00-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
t
Review applications for payment with Contractor for compliance with the established
procedure for their submission and forward with recommendations to ENGINEER, noting
particularly the relationship of the payment requested to the schedule of values or unit price
bid items. Work completed and materials and equipment delivered at the site but not
incorporated in the Work.
SC-7.6 Limitations of Authority:
Resident Project Representative:
Shall not authorize any deviation from the Contract Documents or substitution of materials
or equipment, unless authorized by Engineer.
Shall not exceed limitations of Engineer's authority as set forth in the General Conditions of
the Agreement or the Contract Documents.
Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's
superintendent.
Shall not advise on, issue directions relative to or assume control over any aspect of the
means, methods, techniques, sequences or procedures of construction unless such advice
or directions are specifically required by the Contract Documents.
Shall not advise on, issue directions regarding or assume control over safety precautions
and programs in connection with the Work.
Shall not accept Shop Drawing or sample submittals from anyone other than Contractor.
Shall not authorize Owner to occupy the Project in whole or in part.
Shall not participate in specialized field or laboratory tests or inspections conducted by
others except as specifically authorized by Engineer.
SC-8 CONTRACTOR'S DUTY AND SUPERINTENDENCE
Add the following to Paragraph 16.
The person representing the Contractor (i.e., superintendent) shall be considered the single,
authorized point of contact between the Owner's Representative and the Contractor. Designations
of different persons of contact, or contact designations that divide, or attempt to divide, the
Contractor's accountability and responsibility under the contract documents shall be grounds for
suspending the operations of the Contractor without recourse on the part of the Contractor. The
Contractor's designated superintendent shall be physically and locally present until such time as the
Owner issues notice of final completion.
SC-9 CONTRACTOR'S UNDERSTANDING
Add the following to Paragraph 17.
Before undertaking each part of the Work, Contractor shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements. Promptly report in writing to the Engineer any conflict, error, ambiguity or
discrepancy discovered and obtain a written interpretation from the Engineer before proceeding
with any work affected thereby. In the event of a conflict in the Drawings, Specifications, or other
portions of the Contract Document the City of Lubbock Standard Specification (included herein by
I
Special Conditions 00 73 00-4 1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
t
reference) shall take precedence over other Specifications and the Drawings, and the
- Specifications shall take precedence over the Drawings in the performance of work. However, in
the event of such conflicts where not reported prior to the Award of the Contract, the Contractor
shall be deemed to have included the most expensive item in their bid.
SC-10 CHARACTER OF WORKERS
Add the following to Paragraph 18.
The provisions regarding the character of workmen shall also include persons of female gender
' wherever the words "man" or "men" are used. The provisions for character of workmen shall be
construed to include, but not be limited to, the Contractor's superintendent, Contractor's
subcontracted work forces, subcontractor superintendents, laborers, and supervisors.
When such workmen are discharged from the work, such workmen shall not be associated with the
work in any capacity or function whatsoever.
SC-11 OBSERVATION AND TESTING
General Condition Paragraph 21 is retained in its entirety. Add the following to General
Condition Paragraph 21:
Testing may be performed by a separate testing party selected by the Owner. The Owner will be
responsible for initial testing, and the Contractor will be responsible for all retesting if deemed
necessary by the Owner in accordance with General Condition Paragraph 21, Observation and
Testing. The Contractor shall make available, or leave in place, for the Owner's observing or testing
party equipment for the safe ingress and egress pertaining to the item of work. Such equipment
shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators,
hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient
equipment and monitors available for Owner's observation of the work shall be prima facie
evidence that the work does not comply with the Contract Documents, specifications, or drawings.
SC-12 PAYMENT WITHHELD
Add the following to Paragraph 46.
(h) Compensation for Engineer for third review of submittals, review of substitutions, re -inspection
fees, inspections or designs related to correction of defective Work, or other services identified
as requiring payment by the Contractor in the Contract Documents. Such compensation will be
based on the following rates, which are subject to an increase of 3% annually beginning 12
months from notice to proceed, and expenses shall be paid at the actual cost times 1.10.
Position
Hourly Rate
Principal in Charge / Technical Advisor
$275
Senior Project Manager
$250
Senior Civil Engineer
$185
Project Manager
$160
Project Engineer
$138
Graduate Engineer
$115
Special Conditions 00 73 00-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
te_.
Senior Designer
$115
Senior Admin Staff
$85
Admin Staff
$70
Intern
$55
SC-13 UNDERGROUND FACILITIES
For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines,
conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and
any encasements containing such facilities which have been installed underground to furnish any of
the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or
other communications, cable television, sewage and drainage removal, traffic or other control
systems or water.
The information and data shown or indicated in the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site is based on information and data furnished to
Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is
otherwise expressly provided in the General Conditions of the Agreement:
Owner and Engineer shall not be responsible for the accuracy or completeness of any such
information or data; and
The cost of all the following will be included in the Contract Price and Contractor shall have
full responsibility for:
o reviewing and checking all such information and data,
o locating all Underground Facilities shown or indicated in the Contract Documents,
o coordination of the Work with the owners of such Underground Facilities during
construction, and
o the safety and protection of all such Underground Facilities as provided in
paragraph 21 of the General Instructions to Bidders and repairing, to the
satisfaction of the facility owner, any damage thereto resulting from the Work.
If an Underground Facility is uncovered or revealed at or contiguous to the site which was not
shown or indicated in the Contract Documents, Contractor shall, promptly after becoming aware
thereof and before further disturbing conditions affected thereby of performing any Work in
connection therewith (except in an emergency as required to prevent injury, loss of life, or damage
to property), identify the owner of such Underground Facility and give written notice to that owner
and to Owner and Engineer.
SC-14 SUBSTITUTES OR EQUAL ITEMS
Where equipment and products are specified by name, no substitutes or `or -equal" will be
considered or approved unless the term "or -equal" is included in the individual Specification. If
substitutes or "or equals" are specifically permitted for consideration by the individual
Specifications, they must be submitted and will be reviewed and evaluated in accordance with the
provisions established in the Contract Documents.
All data to be provided by Contractor in support of any proposed or -equal or substitute item will be
at Contractor's sole expense and Engineer will make the sole judgment of acceptability.
No "or -equal" or substitute will be ordered, installed or utilized until Engineer's review is complete,
which will be evidenced by either a Change Order or Field Order.
SC-15 RECORD DOCUMENTS
Special Conditions 00 73 00-6_�
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
Contractor shall maintain in a safe place at the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written
interpretations and clarifications in good order and annotated to show all changes made during
construction. These record documents together with all approved Samples and a counterpart of all
approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work,
these record documents, Samples and Shop Drawings will be delivered to Engineer for Owner.
Failure to maintain and safeguard these required documents shall be grounds for the Owner to
issue a non-compliance directive to the Contractor and withhold all payments until such non-
compliance is remedied.
SC-16 DUST CONTROL
Sprinkling for dust control shall consist of the authorized application of water or other material
approved by the Owner and as directed and as herein specified.
It shall be the responsibility of the Contractor to take preventative measures to eliminate, reduce, or
alleviate any dust nuisance in the work area. This control of dust nuisance is most important in
populated areas. The Owner will approve the method used. Should the Contractor fail to control
dust as outlined above the Owner may suspend the work until corrective measures are taken.
Water or other material approved by the Owner shall be furnished by the Contractor and shall be
clean, free from industrial waste and other objectionable matter. Emulsions may be allowed with
prior approval by the Owner. The Contractor shall furnish and operate a sprinkler equipped with
positive and rapidly working cutoff valves and approved spray bars, which shall insure the
distribution of material in a uniform and controllable rate of application. It shall be the Contractor's
continuous responsibility to be on call at all times including nights, holidays, weekends, etc. and
respond in a timely manner, until acceptance of the project by the Owner, to maintain the project
free of dust in a manner which shall cause the least inconvenience to the public. Dust Control shall
be considered as incidental work and shall not be paid for as a separate item; the cost thereof shall
be included in such contract pay items as are provided.
SC-17 STANDARDS
Comply with the most stringent requirements where compliance with two (2) or more standards is
specified, and they establish different or conflicting requirements for minimum quantities or quality
levels, unless Contract Documents indicate otherwise. Refer instances of uncertainty to the
Engineer for a decision before proceeding.
Comply with applicable construction industry standards as if bound or copied directly into the
Contract Documents regardless of lack of reference in the Contract Documents. Apply provisions
of the Contract Documents where Contract Documents include more stringent requirements than
the referenced standards.
Standards referenced directly in the Contract Documents take precedence over standards that are
not referenced. Make copies of reference standards available as requested by Engineer or
Resident Project Representative.
END OF SECTION
f_
Special Conditions 00 73 00-7
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
w
00 75 00 VENDOR COMPLIANCE TO STATE LAW
Chapter 2252 of the Texas Government Code applies to the award of government contract to non-resident
bidders. This law provides that:
"a government entity may not award a governmental contract to a nonresident bidder unless the
nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is
not less than the amount by which a resident bidder would be required to underbid the nonresident
bidder to obtain a comparable contract in the state in which the nonresident's principal place of
business is located."
"Nonresident Bidder" refers to a person who is not a resident of Texas
"Resident Bidder" refers to a person whose principal place of business is in this state, including a
contractor whose ultimate parent company or majority owner has its principal place of business in this
state.
Check the statement that is correct for Bidder.
(� Non-resident bidders in (give state), our principal
place of business, are required to be percent lower than resident bidders by
State law. A copy of the statute is attached.
(� Non-resident bidders in (give state), our principal
place of business, are not required to under bid resident bidders.
(� Our principal place of business or corporate offices are in the State of Texas.
Bidder:
Company Name:
By
Name:
Title:
Business
address:
(typed or printed)
(Signature -- attach evidence of authority to sign)
(typed or printed)
(Signature of Corporate Secretary)
Phone: Facsimile: E-mail
Vendor Compliance To State Law 00 75 00-1
City of LubbockA
-- Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
l_
DIVISION 1
GENERAL REQUIREMENTS
01 11 00 SUMMARY OF WORK
1.00 GENERAL
1.01 WORK INCLUDED
A. Construct work as described in the Contract Documents.
1. Provide the materials, equipment, and incidentals required to make the project
completely operable.
2. Provide the labor, equipment, tools, and consumable supplies required for a complete
project.
3. Provide the civil, structural, mechanical and all other work required for a complete and
operable project.
4. Test and place the completed project in operation.
5. Provide the special tools, spare parts, lubricants, supplies, or other materials as indicated
in Contract Documents for the operation and maintenance of the Project.
6. Install Owner provided products and place in operation.
7. Drawings and specifications do not indicate or describe all of the work required to
complete the project. Additional details required for the correct installation of selected
products are to be provided by the Contractor and coordinated with the Engineer.
1.02 JOB CONDITIONS
A. The General Conditions, the Supplemental and/or Special Conditions, and General
Requirements apply to each specification sections.
B. Comply with all applicable state and local codes and regulations pertaining to the nature and
character of the work being performed.
1.03 DESCRIPTION OF WORK
A. Work is described in general non -inclusive terms as:
1. All pipeline dewatering and surface restoration operations necessary to compete the
work.
2. Providing and installing temporary bypass pumping.
3. Installation and maintenance of temporary bypass pumps, pipes, diversion of sanitary
sewer force mains, sump pits, and provisions for vehicles to cross them.
4. Provision for odor control during operations or when manholes or sewers are uncovered
for periods of time exceeding 4 hours.
5. Pumping of low spots on the pipeline that are not drained by gravity, and cleaning these
low spots. Bypass pumping and piping system to provide dry condition where required for
cleaning and CCTV operations, and new pipe installation.
6. Restoration of paved and gravel surfaces damaged during execution of the work.
7. Locating existing manholes covered by soil.
8. Coordination of work with local property owners.
9. Restoring disturbed areas as segments of work are completed.
1.04 BNSF COORDINATION
Summary of Work 01 11 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
€t
A. Temporary Occupancy Permit
1. Improvements, including any and all cleaning, as well as other proposed work on, to, or
within existing pipelines require a temporary occupancy permit from BNSF, at each
location. The BNSF Temporary Occupancy permit is included in the contract documents
after this specification (01 11 00 Summary of Work).
2. Acquisition of temporary occupancy permits and all associated costs are the
responsibility of the Contractor and are incidental to proposed
3. Temporary occupancy permits require approximately 6 weeks for review per BNSF;
however, this timeline is an estimate only. No extension to the construction duration will
be granted for failure to apply for and acquire required permits.
B. Prior to commencing any work on, under, across, or immediately adjacent to BNSF property,
the contractor and all sub -contractors, personnel, or other parties who will be working in
these areas shall complete the safety training program at the website:
http://www.contractororientation.com. This training must be completed no more than one year
in advance of entry onto BNSF property. Proof of training completion shall be retained onsite
at all times for review by Owner, Engineer, BNSF or other jurisdictional authority.
C. Contact BNSF Roadmaster a minimum of 2 calendar weeks prior to beginning work on,
under, across, or immediately adjacent to BNSF property.
1.05 WORK UNDER OTHER CONTRACTS
A. The following items of work are not included in this contract, but may impact construction
scheduling, testing, and start up:
1. Construction of the City of Lubbock Northwest Water Reclamation Plant.
2. Construction of the Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1.
B. Contractor shall coordinate with the City of Lubbock for adjacent project needs and schedules
before commencing any work.
2.00 PRODUCTS
2.01 MATERIALS
Provide materials and products per the individual sections of the specifications.
END OF SECTION
Summary of Work 01 11 00-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A j,
RA /L {RYA Y
i
TEMPORARY OCCUPANCY PROCESS INSTRUCTIONS
Licensing Process:
If you require access to BNSF Railway Company's property for a Seismic Survey you must first enter
into a Lease Agreement.
Please contact: Jennifer Kindred Phone: (918) 895-8037
Farmers National Company
5110 S. Yale
I Suite 400
` Tulsa, OK 74135
ikindred@farmersnational.com
p: After submitting a Lease Agreement with your application package Jones Lang LaSalle Brokerage,
Inc. (JLL) will review the area to determine ownership of mineral rights and forward to the local
BNSF Roadmaster for approval.
1. Once application package is received by (JLL), and all prior approvals have been obtained, if
required, the application and drawing will be forwarded to the engineering firm to prepare the Exhibit
"A" drawings for the contract. This process takes approximately 10 to 15 working days.
2. When the Exhibit "A" is completed, a contract will be prepared and two (2) copies will be forwarded
to you for an original signature. A letter will be sent to you that will provide directions regarding
insurance and any additional fees.
3. Return the signed contracts (2 contracts with original signatures), along with the appropriate
payment to JLL's Permit Department.
4. The final contracts, with original signatures, are presented for execution provided payment has been
received and insurance has been approved.
5. Once the contract is executed, one original will be returned to you for your files.
6. Prior to commencing any work on the Premises, Licensee shall complete and shall require its
contractor (all parties who will be working on the site) to complete the safety training program at
Internet Website http.11www.contractororientation.com . This training must be completed no more
e
than one year in advance of Licensee's entry on the Premises.
7. The cover letter and the executed contract will list the Roadmaster's name and phone number. You
}
will need to contact the Roadmaster ten (10) days prior to beginning work.
Process Time:
Please be advised that the average time period for completion of this process is 4 weeks from the time
that the application is received. Every effort will be made to complete this process in a timely manner.
t
Insurance Requirements for the following Agreement:
Temporary Occupancy
Commercial General Liability
Contractual Liability with a combined single limit of a minimum of $2,000,000 each
Insurance
occurrence and an aggregate limit of at least $4,000,000.
Business Automobile
Combined single limit of at least $1,000,000 per occurrence.
Insurance
Workers Compensation and
Employers' Liability with limits of at least $500,000 each accident, $500,000 by
Employers Liability Insurance
disease policy limit, $500,000 by disease each employee.
Railroad Protective Liability
Coverage of at least $2,000,000 per occurrence and $6,000,000 in the aggregate,
Insurance
with the exception of New Mexico in which coverage is $5,000,000 per occurrence
and $10,000,000 in the aggregate
Note: These limits are subject to change without notice. An Agreement will be provided to you, which contains
details concerning insurance requirements.
Please send the following so we may process your License request:
1. If License is for a Seismic Survey send a copy of your Lease Agreement.
2. Completed Application.
3. $750 non-refundable processing fee. Check should be made payable to BNSF Railway Company.
4. One set of drawings (no larger than 11 x 17) for the area to be occupied. (Include: streets, distance from
tracks and streets, mileposts if available and any distinguishing land marks.) Please ensure all information is
accurate, as each change will add an additional $750 to the processing fee.
Forward application and payments to:
Jones Lang LaSalle Brokerage, Inc.
Attn: Permit Services
4300 Amon Carter Blvd.
Suite 100
Ft. Worth, TX 76155
V-
RA/LWAY
Jones Lang LaSalle Brokerage, Inc.
Attn: Permit Services
4300 Amon Carter Blvd.
Suite 100
Fort Worth, TX 76155
APPLICATION FOR TEMPORARY OCCUPANCY
Applicants Tax ID #
or SS #
We submit for your approval the following application for temporary occupancy on BNSF Railway Company's right of way as
shown on the enclosed location plan and detailed sketch.
Legal Name of Company/Municipality that will occupy the property
If a corporation State in which incorporated (If not incorporated, attach name(s) of owners or partners.)
Contact Name: Phone # FAX
' Mailing Address:
1 Email Address:
Legal Name of Contractor performing work:
If a corporation State in which incorporated
Contact Name:
Mailing Address:
Email Address:
c
(If not incorporated, attach name(s) of owners or partners.)
Phone # FAX
Is this project ARRA funded? Yes ❑ No ❑
Is this a condemning authority? Yes ❑ No ❑
Is Applicant a Railroad Shipper? Yes ❑ No ❑
`- If yes, BNSF Marketing Rep Name
Was this service requested by BNSF? Yes ❑ No ❑
If yes, BNSF person requesting service
i_ Is this in conjunction with a track or track expansion project? Yes ❑ No ❑
If yes, BNSF contact name
z_
Purpose of Occupancy?
Name of nearest town on RR County
Name of nearest roadway crossing RR
Location of proposed occupancy '/4 Section Township
Railroad Milepost Latitude
Is the work to be performed within 50 ft. of the track? Yes ❑ No ❑
Percentage of project done within 50 ft. of the tracks. %
Phone #
Phone #
Phone #
State
Range
Longitude
Area to be occupied ft. (x) ft.
Length of time for Project: Date from: Date to:
Will a crossing under the railroad tracks be required? Yes ❑ No ❑
If yes, location of railroad mileposts
Total cost of project $
For a Seismic Survey:
Dates you will actually be on property Total # of cables on property
Attached to this sheet is a location plan and a detailed sketch. Shown on the sketch are exact dimensions of the project area
_. and distances to the centerline of nearest railroad track and road crossing, bridge or other railroad structure.
I understand that submission of this application does not authorize occupancy of the property. Exact fees and insurance
requirements will be forwarded after the application has been reviewed and approved by the BNSF.
Date:
r,
i
Signed:
Print Name:
Title:
Phone #:
FAX
t
If you require additional assistance, please contact your Jones Lang LaSalle Brokerage, Inc. representative.
SECTION 01 23 10 ALTERNATES AND ALLOWANCES
Y PART1 GENERAL
1.01 REQUIREMENTS
A. Alternates:
1. This Section describes each alternate by number and describes the basic changes to
be incorporated into the Work when this alternate is made a part of the Work in the
Agreement.
2. Drawings and Specifications will outline the extent of Work to be included in the
alternate Contract Price.
3. Coordinate related Work and modify surrounding Work as required to properly
integrate the Work under each alternate, and provide a complete and functional
Project as required by the Contract Documents.
4. Bids for alternates may be accepted or rejected at the option sole discretion of the
Owner.
5. Owner may incorporate these alternates in the Contract when executed, or may issue
a Change Order to incorporate these alternates within 120 days of bid at the prices
offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be
issued after 120 days from the date of the bid to negotiate a new price for
incorporating the Work into the Project.
_ B. Allowances:
1. Include specified allowance amount in the Contract Price.
2. The amount of each allowance includes:
a. The cost of the product to the Contractor less any applicable trade discounts.
b. Delivery to the Site.
C. Applicable taxes.
d. Handling at the Site, including unloading, uncrating, and storage per
SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION.
e. Cost for labor and equipment for installation and finishing.
f. Cost for related products not specifically listed in the allowance required for
installation, including consumable supplies and materials.
g. All overhead, profit, and related costs.
3. Assist Owner in the selection of products.
a. Identify qualified Suppliers.
Alternates and Allowances 01 23 10-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
s
b. Obtain bids from qualified Suppliers.
C. Present available alternates to the Owner through the RPR (Resident
Project Representative). Notify RPR of:
1) Any objections to a particular Supplier or product.
2) Effect on the Construction Schedule anticipated by the selection of
each option.
3) Cost of each option. Y.
1.02 DOCUMENT SUBMITTALS
A. Provide documents for materials furnished as part of the alternate in accordance with �.
SECTION 01 33 00 Submittals.
1.03 DESCRIPTION OF ALLOWANCES (NOT USED)
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED) -
END OF SECTION
Alternates and Allowances 01 23 10-2 --_
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
i
µ 0129 00 PAYMENT PROCEDURES
1.00 GENERAL
1.01 WORK INCLUDED
A. Payments for Work shall conform to the provisions of the General Conditions, the Special
Conditions, the Agreement, and this Section.
B. Submit Applications for Payment at the prices indicated in the Agreement
1. Prices for each item in the Agreement shall include but not be limited to cost for:
a. Mobilization, demobilization, cleanup, bonds, and insurance,
b. Professional services including but not limited to engineering and legal fees,
c. The products to be permanently incorporated into the project,
d. The products consumed during the construction of the project,
e. The labor and supervision to complete the project,
f. The equipment, including tools, machinery, and appliances required to complete the
project,
g. The field and home office administration and overhead costs related directly or
indirectly to the project, and
h. Any and all kinds, amount or class of excavation, backfilling, pumping or drainage,
sheeting, shoring and bracing, disposal of any and all surplus materials, permanent
protection of all overhead, surface or underground structures; removal and
replacement of any poles, conduits, pipelines, fences, appurtenances and
connections, cleaning up, overhead expense, bond, public liability and compensation
and property damage insurance, patent fees, and royalties, risk due to the elements,
and profits, unless otherwise specified.
2. Provide work not specifically set forth as an individual payment item but required to
provide a complete and functional system. These items are considered a subsidiary
obligation and are to be included in the Contract Price.
3. Payment will be made for materials on hand.
a. Store materials properly on site per Section 01 31 00, PROJECT MANAGEMENT AND
COORDINATION.
1) Payment will be made for the invoice amount less the specified retainage.
2) Provide invoices at the time materials are included on the materials -on -hand
tabulation.
b. Provide documentation of payment for materials -on -hand with the next payment request.
Adjust payment to the amount actually paid if this differs from the invoice amount. Remove
items from the materials on hand tabulation if this documentation is not provided so payment
will not be made.
c. Payment for materials -on -hand is provided for the convenience of the Contractor and does
not constitute acceptance of the product.
4. The work covered by progress payments becomes the property of the Owner at the time
of payment.
Payment Procedures 01 29 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
1.02 SCHEDULE OF VALUES AND PAYMENTS
A. Submit a detailed Schedule of Values for the Work to be performed on the project.
1. Submit schedule within 10 days of Notice to Proceed. No pay application shall be
processed without an approved schedule of values.
2. Line items in the Agreement are to be used as line items in the schedule.._
3. Payment will be made on the quantity of Work completed per Contract Documents during
the payment period and as measured per this Section.
a. Payment amount is the Work quantity measured multiplied by the unit prices for that
line item in the Agreement.
b. Payment on a unit price basis will not be made for work outside finished dimensions
shown in the Contract Documents without prior written approval.
c. Partial payments may be made for lump sum line items in the Agreement.-x
1) Lump sum line items in the Agreement are to be divided into smaller unit prices
to allow more accurate determination of the percentage of the item that has been
completed.
a) Provide adequate detail to allow more accurate determination of the
percentage of work completed for each item.
b) Provide prices for items that do not exceed $50,000.00. An exception may be
made for equipment packages that cannot be subdivided into units or
subassemblies.
c) Separate product costs and installation costs.
1. Product costs include cost for product, delivery and unloading costs,
royalties and patent fees, taxes, and other cost paid directly to the
Subcontractor or Supplier.
2. Installation costs include cost for the supervision, labor and equipment
for field fabrication, erection, installation, start-up, initial operation and
Contractor's overhead and profit. For equipment or systems that exceed
$50,000 the costs reported for startup activation shall not be less than 10
percent of the total item cost.
d) Lump sum items may be divided into an estimated number of units.
1. The estimated number of units times the cost per unit must equal the
lump sum amount for that line item.
2. Contractor will receive payment for all of the lump sum line item on
completion of work.
e) Include a directly proportional amount of Contractor's overhead and profit for
each line item.
f) Divide principal subcontract amounts into an adequate number of line items
to allow determination of the percentage of work completed for each item.
2) These line items may be used to establish the value of work to be added or
deleted from the project.
3) Correlate line items with other administrative schedules and forms:
a) Progress schedule,
b) List of Subcontractors,
c) Schedule of allowances,
d) Schedule of alternatives,
e) List of products and principal Suppliers, and
f) Schedule of Submittals
4) Costs for mobilization shall be listed as a separate line item and shall be actual
cost for:
a) Bonds and insurance,
b) Transportation and setup for equipment,
Payment Procedures 01 29 00-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
c) Transportation and/or erection of all field offices, sheds and storage facilities,
d) Salaries for preparation of submittals required before the first Application for
Payment,
e) Salaries for field personnel assigned to the project related to the mobilization
(: of the project,
Mobilization may not exceed 3 percent of the total contract amount. Cost for
mobilization may be submitted only for work completed
5) The sum of all values listed in the schedule must equal the total contract amount.
4. Submit a schedule indicating the anticipated schedule of payments to be made by the
Owner. Schedule shall indicate:
a. The Application for Payment number,
b. Planned date the request is to be submitted, and
c. Anticipated amount of payment to be requested.
5. Update the Schedule of Values quarterly or more often if necessary to provide a
reasonably accurate indication of the funds that the Owner will need to have available to
make payment for the Work performed.
B. Provide written approval of the Schedule of Values, Application for Payment form, and
method of payment by the Surety Company providing performance, and payment bonds prior
to submitting the first Application for Payment. Payment will not be made without this
approval.
1.03 PAYMENT PROCEDURES
A. Submit Applications for Payment per the procedures indicated in Section 01 33 00,
SUBMITTALS. Submit a Schedule of Values in the Application for Payment format to be
used.
B. Applications for Payment may be submitted on a pre-printed form as indicated in Section 01
31 13 13, FORMS or may be generated by computer. Computer generated payment requests
must have the same format and information indicated in the pre-printed form and be
approved by the Engineer.
1. Indicate the total contract amount and the work completed to date on the Tabulation of
Values for Original Contract Performed (Attachment "A".)
2. Include only approved Change Order items in the Tabulation of Extra Work on Approved
Change Orders (Attachment "B".)
3. List all materials on hand that are presented for payment on the Tabulation of Materials
on Hand (Attachment "C".) Once an item has been entered on the tabulation it is not to
be removed.
4. Include the Project Summary Report (Attachment "D") with each Application for Payment.
Data included in the Project Summary Report are to be taken from the other tabulations.
Include a completed summary as indicated in with each Applications for Payment
submitted.
1) Number each application sequentially and indicate the payment period.
2) Show the total amounts for value of original contract performed, extra work on
approved Change Orders, and materials on hand on the Project Summary Report.
Show total amounts that correspond to totals indicated on the attached tabulation for
each.
3) Note the number of pages in tabulations in the blank space on the Project Summary
Report to allow a determination that all sheets have been submitted.
4) Execute Contractor's certification by the Contractor's agent of authority and notarize
for each Application for Payment.
5. Do not alter the schedule of values and the form for the submission of requests without
the written approval of the Engineer once these have been approved.
6. Final payment requires additional procedures and documentation per Section 01 70 00,
EXECUTION AND CLOSEOUT REQUIREMENTS.
Payment Procedures 01 29 00-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
C. Progress payments shall be made as the work progresses on a monthly basis.
1. End the payment period on the day indicated in the Agreement and submit an Application
for Payment for Work completed and materials received since the end of the last
payment period.
2. At the end of the payment period, submit a draft copy of the Application for Payment for
that month. Agreement is to be reached on:
a) The percentage of work completed for each lump sum item,
b) The quantity of work completed for each unit price item,
c) The percentage of work completed for each approved Change Order item, and
d) The amount of materials on hand.
3. On the basis of these agreements prepare a final copy of the Application for Payment
and submit it for approval.
4. The Engineer will review the payment request and if appropriate will recommend
payment of the request to the Owner.
D. Provide a revised and up-to-date progress schedule per Section 01 32 16 CONSTRUCTION_
PROGRESS SCHEDULES with each Application for Payment.
E. Provide project photographs per Section 01 32 33, PHOTOGRAPHIC DOCUMENTATION
with each Application for Payment.
1.04 ALTERNATES AND ALLOWANCES
A. Include amounts for specified Alternate Work in the Agreement in accordance with Section 01
23 00 ALTERNATES AND ALLOWANCES.
B. Include amounts for specified Allowances for Work in the Agreement in accordance with
Section 01 23 00 ALTERNATES AND ALLOWANCES.
1.05 MEASUREMENT PROCEDURES
A. Measure the Work described in the Agreement for payment. Payment will be made only for
the actual measured and/or computed length, area, solid contents, number and weight,
unless otherwise specifically provided. No extra or customary measurements of any kind will
be allowed.
1.06 BASIS OF PAYMENT
1. Bypass Pumping and Appurtenances
Payment for bypass pumping includes discharge line installation, pump rental, pump
operation, pump maintenance, appurtenances, sump pits, and diversion of sanitary sewer
forcemains and shall be made at the lump sum price for each individual installation as
established and enumerated in the Bid Form bid and shall include furnishing all labor
materials, equipment and incidentals necessary for installation of a temporary sanitary sewer
force main for temporarily diverting and dewatering of sewers during internal television
inspection (CCTV), cleaning operations, odor control, rehabilitation, and inspection of the
project pipelines and of service laterals prior to and during the rehabilitation of the pipeline
and prior to reconnection to the rehabilitated pipeline as indicated on the Drawings and in
compliance with the specifications. This item includes the removal/replacement of any
manhole tops required for bypass operations as well as any excavation or pavement
removal/replacement necessary for excavation. This item also includes removing and
replacing all plugged manholes not explicitly called for in the Drawings, and rerouting existing
lateral connections including force mains where required in the project vicinity. Any bypass
proposed or deemed necessary but not established and enumerated in the Bid Form is
considered subsidiary to the work and shall not be paid separately.
t;t
Payment Procedures 01 29 00-4
City of Lubbock _
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
A map of fire hydrant locations is available here: http://ewebmap.ci.lubbock.tx.us/map/.
2. PIPE CLEANING, 24 INCH, REMOVAL OF SEDIMENT
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 24"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove solids, roots, soil, sand, and
pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and other debris,
thus maximizing flow capacity for the bypass diversion to this sewer. If existing pipelines
owned and maintained by the City are proposed for bypass, approval must first be given by
the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion.
3. PIPE CLEANING, 30 INCH, REMOVAL OF SEDIMENT
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 30"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove solids, roots, soil, sand, and
pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and other debris,
thus maximizing flow capacity for the bypass diversion to this sewer. If existing pipelines
owned and maintained by the City are proposed for bypass, approval must first be given by
the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion.
4. PIPE CLEANING, 24 INCH, REMOVAL OF TUBERCULATION
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 24"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove tuberculation, solids, roots,
soil, sand, and pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and
other debris, thus maximizing flow capacity for the bypass diversion to this sewer. If existing
pipelines owned and maintained by the City are proposed for bypass, approval must first be
given by the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion. The basis for
acceptance for this work is a minimum of 98% removal of pipe tuberculation. An onsite
Engineer (RPR) will have the authority to make this determination of acceptance based upon
video inspection. Likewise, onsite Engineer shall have the authority to abandon the cleaning
process and schedule the gravity sewer main for future removal and replacement. Approval
from the RPR required prior to performance of work.
5. PIPE CLEANING, 30 INCH, REMOVAL OF TUBERCULATION
Payment for interior pipe cleaning shall be made at the unit price bid per linear foot, and shall
include cleaning of the interior of the existing sewer pipeline and manholes for existing 30"
sanitary sewer pipes as shown on the Contract Drawings and for existing pipes used for
bypassing. This work includes cleaning sewer lines to remove tuberculation, solids, roots,
l'
Payment Procedures 01 29 00-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
soil, sand, and pieces of broken pipe, bricks, grease, grit from sewer lines and manholes and d
other debris, thus maximizing flow capacity for the bypass diversion to this sewer. If existing
pipelines owned and maintained by the City are proposed for bypass, approval must first be
given by the owner and no separate/additional payment will be made for cleaning or
inspection/assessment required to accommodate the proposed diversion. The basis for
acceptance for this work is a minimum of 98% removal of pipe tuberculation. An onsite
Engineer (RPR) will have the authority to make this determination of acceptance based upon
video inspection. Likewise, onsite Engineer shall have the authority to abandon the cleaning
process and schedule the gravity sewer main for future removal and replacement. Approval
from the RPR required prior to performance of work.
6. WASTE MATERIAL REMOVAL AND DISPOSAL
Payment for removal and disposal of all removed materials resulting from the cleaning
operation shall be made at the unit price bid per dewatered US ton, and shall include
transport and disposal of all tuberculation, solids, roots, soil, sand, and pieces of broken pipe,
bricks, grease, grit from sewer lines and manholes and other solid or semi -solid debris.
Weight of debris disposed shall be determined after waste has been dewatered. Contractor
can waste the wastewater back to the collection system once he has proven that the proper
screening devices are in place. Under no circumstances shall removed debris be allowed
back into the sewer collection system.
7. CCTV INSPECTION, EXISTING WASTEWATER LINE (CIPP SEGMENTS AND
ADDITIONAL SEGMENTS)
Measurement and Payment for Closed Circuit Television (CCTV) Inspection of the pipe for
Inspection of Pipe not Inspected Previously, Inspection of Pipe after Cleaning operations,
Pre -Liner Inspection of areas to be rehabilitated, Post -Liner Inspection of pipe that has been
rehabilitated or replaced. Measurement for closed circuit television inspection shall be made
at the unit price bid per linear foot, and shall include video recording the condition of the
existing sewer pipeline, CCTV inspection after cleaning, inspection prior to rehabilitation or
repair, inspection after pipe rehabilitation or repair, as shown on the Contract Documents
prior to any other work beginning on the pipe. Provide internal inspection of sanitary sewer
lines by means of a closed circuit television camera.
The Contractor shall use CCTV defect logging software that is PACP-certified, which assures
that the software can be used to export a database of all inspection and defect details that
conform to the NASSCO PACP database standard, latest version or version 6 at a minimum.
The Contractor shall add Resident Project Representative specific defect codes to the
database as required to insure uniform defect identification and naming.
Payment includes all costs associated with the CCTV inspection, inspection reports, delivery
of video in MPEG-4 format on a hard drive and digital video disk (DVD) including all
materials, labor and equipment, complete in place, as specified and/or shown. Payment shall
be precluded by the delivery of two (2) copies of deliverables to the Owner and one (1) copy
of the deliverables to the Engineer.
Payment Procedures 01 29 00-6
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
8. TRAFFIC CONTROL
Payment for traffic control shall be made at the lump sum price bid and shall include
furnishing all labor materials, equipment and incidentals necessary for all necessary traffic
control measures as indicated in the Contract Documents, the Drawings and in compliance
with the detail shown in the plans. Work shall also include traffic control and coordination
with the City of Lubbock to park trucks and equipment on public and park roads.
9. TOTAL MOBILIZATION
There will be no measurement for mobilization. Mobilization costs shall not exceed 5% of the
overall project costs. Payment shall be made at the lump sum price bid and shall be full
compensation for all labor, materials, equipment and incidentals required to mobilize to the
site to complete the work detailed in the Drawings and construction documents.
END OF SECTION
Payment Procedures 01 29 00-7
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
01 31 00 PROJECT MANAGEMENT AND COORDINATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Furnish equipment, manpower, products, and other items necessary to complete the Project
with an acceptable standard of quality and within the Contract Time. Construct Project in
accordance with current safety practices.
B. Manage Site to allow access to Site and control construction operations.
C. Provide labor, materials, equipment and incidentals necessary to construct temporary
facilities to provide and maintain control over environmental conditions at the Site. Remove
temporary facilities when no longer needed.
D. Remove temporary controls at the end of the Project.
1.02 QUALITY ASSURANCE
A. Employ competent workmen, skilled in the occupation for which they are employed. Provide
Work meeting quality requirements of the Contract Documents.
B. Remove defective Work from the Site immediately unless provisions have been made and
approved by the Resident Project Representative (RPR) to allow repair of the product at the
Site. Clearly mark the Work as "defective" until it is removed or allowable repairs have been
completed.
1.03 SUBMITTALS
A. Provide submittals in accordance with Section 01 33 00, SUBMITTALS:
1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or
products and installation instructions prior to beginning the installation. Maintain one copy
of these documents at the Site until the Project is complete. Incorporate this information
into submittals.
2. Incorporate field notes, sketches, recordings, and computations made by the Contractor
in Record Drawings.
1.04 STANDARDS
A. Perform Work to comply with local, State and Federal ordinances and regulations.
1.05 PERMITS
A. Obtain and pay for construction permits and licenses for highway and railroad crossings and
other permits.
B. Retain copies of permits and licenses at the Site and observe and comply with all regulations
and conditions of the permit or license, including additional insurance requirements.
C. Obtain and pay for all other necessary permits including any and all necessary highway,
street and road permits for transporting pipe and/or heavy equipment necessary for
construction of the Project.
D. Obtain and pay for other permits necessary to conduct any part of the Work.
E. Arrange for inspections and certification by agencies having jurisdiction over the Work.
F. Make arrangements with private utility companies and pay for fees associated with obtaining
services, or for inspection fees.
1.06 COORDINATION
Project Management and Coordination 01 31 00-1
j City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
A. Coordinate the Work of various trades having interdependent responsibilities for installing,
connecting to, and placing equipment in service.
B. Coordinate requests for substitutions to provide compatibility of space, operating elements,
effect on the Work of other trades, and on the Work scheduled for early completion.
C. Coordinate the use of Project space and the sequence of installation of equipment, walks,
mechanical, electrical, plumbing, or other Work that is indicated diagrammatically on the
Drawings.
1. Follow routings shown for tubes, pipes, ducts, conduits, and other items as closely as
practical, with due allowance for available physical space.
2. Utilize space efficiently to maximize accessibility for Owner's maintenance and repairs.
3. Schematics are diagrammatic in nature. Adjust routing of piping, ductwork, utilities, and
location of equipment as needed to resolve spatial conflicts between the various trades.
Document changes in the indicated routings on the Record Drawings.
D. Conceal ducts, pipes, wiring, and other non -finish items within construction in finished areas,
except as otherwise shown. Coordinate locations of concealed items with finish elements.
E. Where installation of one part of the Work is dependent on installation of other components,
either before or after its own installation, schedule construction activities in sequence
required to obtain best results.
F. Make adequate provisions to accommodate items scheduled for later installation, including:
1. Accepted alternates,
2. Installation of products purchased with allowances,
3. Work by others, and
4. Owner -supplied, Contractor -installed items.
G. Sequence, coordinate, and integrate the various elements of mechanical, electrical, and other
systems, materials, and equipment. Comply with the following requirements:
1. Coordinate mechanical and electrical systems, equipment, and materials installation with
other components.
2. Verify all dimensions by field measurements.
3. Arrange for chases, slots, and openings during progress of construction.
4. Coordinate the installation of required supporting devices and sleeves to be set in
poured -in -place concrete and other structural components as they are constructed.
5. Install systems, materials, and equipment as permitted by codes to provide the maximum
headroom possible where mounting heights are not detailed or dimensioned.
6. Coordinate the connection of systems with exterior underground and overhead utilities
and services. Comply with the requirements of governing regulations, franchised service
companies, and controlling agencies. Provide required connection for each service.
7. Install systems, materials, and equipment to conform with approved submittal data,
including coordination drawings, to the greatest extent possible. Conform to
arrangements indicated by the Contract Documents, recognizing that portions of the
Work are shown only in diagrammatic form. Adjust routing of piping, ductwork, utilities,
and location of equipment as needed to resolve spatial conflicts between the various
trades at no additional cost. Document changes in the indicated routings on the Record
Drawings.
8. Install systems, materials, and equipment level and plumb, parallel and perpendicular to
structure's surfaces.
9. Install systems, materials, and equipment to facilitate servicing, maintenance, and repair
or replacement of components. As much as practical, connect for ease of disconnecting,
with minimum of interference with other installations. Extend grease fittings to accessible
locations.
10. Install systems, materials, and equipment giving right-of-way priority to systems required
to be installed at a specified slope.
Project Management and Coordination
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
0131 00-2
1.07 SAFETY REQUIREMENTS
A. Assume sole responsibility for safety at the Site. Protect the safety and welfare of persons at
the Site.
B. Provide safe access to move through the Site. Provide and maintain barricades, guard rails,
covered walkways, and other protective devices to warn and protect from hazards at the Site.
C. Comply with latest provisions of the Occupational Health and Safety Administrations and
other regulatory agencies in performing Work.
D. Cooperate with accident investigations related to the Site. Provide two copies of all reports
prepared concerning accidents, injury, or death on the Site to the Engineer as Record Data
per Section 01 33 00, SUBMITTALS.
1.08 CONTRACTOR'S USE OF SITE
A. Coordinate the use of the premises with the RPR.
B. Repair or correct any damage to existing facilities, including contamination, caused by the
Contractor's personnel, visitors, materials, or equipment.
C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons
under the influence of alcoholic beverages or illegal substances to enter or remain on the Site
at any time. Persons on Site under the influence of alcoholic beverages or illegal substances
will be permanently prohibited from returning to the Site. Criminal or civil penalties may also
apply.
D. Park construction equipment in designated areas only and provide spill control measures as
discussed in paragraph 1.21 POLLUTION CONTROL.
E. Park employees' vehicles in designated areas only.
F. Obtain written permission of the Resident Project Representative (RPR) before entering
privately -owned land outside of the Owner's property, rights -of -way, or easements.
G. Do not allow the use of loud radios, obnoxious, vulgar or abusive language, or sexual
harassment in any form. These actions will cause immediate and permanent removal of the
offender from the premises. Criminal or civil penalties may apply.
H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not
allow sleeveless shirts, shorts, exceedingly torn, ripped or soiled clothing to be worn on the
project.
I. Do not allow firearms or weapons of any sort to be brought on to the Site under any
conditions. No exception is to be made for persons with concealed handgun permits. Remove
any firearms or weapons and the person possessing these firearms or weapons permanently
and immediately from the Site.
1.09 POINTS OF ACCESS TO THE SITE
A. Restrict entry into Site to points where the easements cross state and county roads and
highways or other publicly owned roads and streets. Keep operations within the easement.
B. Use State, County, or City roadways for construction traffic only with written approval of the
appropriate representatives of each entity. State, County, or City roadways may not all be
approved for construction traffic. Obtain written approval to use State, County, City or private
roads to deliver pipe and/or heavy equipment to the Site. Copies of the written approvals
must be furnished to the RPR as Record Data before Work begins. No additional
compensation will be paid because the Contractor is unable to gain access to the easement
from public roadways.
Project Management and Coordination 01 31 00-3
4 City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
C. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or
access to the various buildings, structures, stairways, or entrances. Provide safe temporary
walks or other structures to allow access for normal operations during construction. {
D. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding and
protective equipment in place until inspections have been completed. Construct additional
safe access if required for inspections.
E. Provide security at the construction Site as necessary to protect against vandalism and loss
by theft.
F. Maintain security of the Site and access leading to it.
1. Close gates and keep locked.
2. Obtain permission of any landowners whose property must be crossed in gaining access
to the Site.
3. Install a gate lock consisting of a chain with two locks. Give one lock and key to the
landowner. Use one lock for the Contractor, Owner and RPR. Provide keys to the
Contractor's lock to RPR.
4. At the end of the Project, leave RPR's lock on gate and give all keys to the RPR.
1.10 PROPERTY PROVISIONS
A. Make adequate provisions to maintain the flow of storm sewers, drains and water courses
encountered during the construction. Restore structures which may have been disturbed
during construction to their original position as soon as construction in the area is completed.
B. Protect trees, fences, signs, poles, guy wires, and all other property unless their removal is
authorized. Restore any property damaged to equal or better condition per Paragraph 1.11 of
this Section.
C. Provide temporary fencing, with gates, to restrain livestock in areas where livestock are
pastured unless the Contractor makes satisfactory arrangements with the property owner
and/or tenant. Install temporary fence on the easement lines and removed after the trench
has been backfilled. Pay damages for losses resulting from failure to maintain such barriers
or failure of barriers to exclude livestock. Install temporary fencing on any tract in order to
contain construction activities within easement limits if directed by the RPR.
1.11 PROTECTION OF EXISTING STRUCTURES AND UTILITIES
A. The Drawings show. existing piping, valves, manholes, electrical conduits, utility poles, and
other facilities based on information from available records. Examine the Site and review the
available information concerning the Site.
1. Verify the type, size and location of all existing piping, valves, electrical conduit,
telephone cable, and other utilities in the construction area prior to preparation of pipe
shop drawings. Advise the RPR of any utilities not shown or incorrectly shown.
2. Verify the type size and location of streets, driveways, fences, drainage structures,
sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to
excavations. Report discrepancies between these elevation and elevations shown on the
Drawings to the RPR before beginning construction.
B. Determine if existing structures, poles, piping, or other utilities at excavations will require
relocation or replacement. Prepare a Plan of Action per Section 01 35 00, CONSTRUCTION
SEQUENCE and 00 73 00 SPECIAL CONDITIONS. Coordinate Work with RPR, local utility
company and others. Include cost of demolition and replacement, restoration or relocation of
these structures in the Contract Price.
C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences,
wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or
structures unless they are shown to be replaced or relocated on the Drawings. Restore
Project Management and Coordination 01 31 00-4
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
damage to items to be protected to the satisfaction of the utility owner or governing city
$' without additional compensation from the Owner.
D. Carefully support and protect all structures and/or utilities so that there will be no failure or
settlement where excavation or demolition endangers adjacent structures and utilities. Do not
take existing utilities out of service unless show in the Contract Documents or approved by
_ the RPR. Notify and cooperate with the utility owner if it is necessary to move services, poles,
guy wires, pipelines or other obstructions. Include the cost of relocation of existing utilities in
the Contract Price.
E. Protect existing trees and landscaping at the Site.
1. Visit Site with Engineer to identify trees that may be removed during construction.
2. Mark trees to be removed with paint.
3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the
perimeter, securely wired in place, where machinery must operate around existing trees.
Protect branches and limbs from damage by equipment.
1.12 DISRUPTION TO SERVICES / CONTINUED OPERATIONS
A. Existing facilities are to continue in service as usual during the construction unless noted
otherwise. Owner or utilities must be able to operate and maintain the facilities. Disruptions to
existing utilities, piping, process piping, or electrical services shall be kept to a minimum.
1. Do not restrict access to critical valves, operators, or electrical panels.
2. Do not store material or products inside structures.
3. Limit operations to the minimum amount of space needed to complete the specified
Work.
4. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary
service around the construction or otherwise construct the structure in a manner that the
flow is not restricted.
B. Provide a Plan of Action in accordance with Section 01 35 00, CONSTRUCTION
SEQUENCE and 00 73 00 SPECIAL CONDITIONS if facilities must be taken out of
operation.
1.13 CLEARING AND GRUBBING
C. Perform all clearing and grubbing necessary for the construction operations within the
pipeline easements. Keep clearing of easements as directed by RPR and as indicated on the
Drawings.
D. Avoid damage to existing trees outside the limits of construction that are larger than three
_ inches in diameter (measured four feet above the ground). Protect trees per paragraph 1.11
of this section. Obtain approval from the RPR before removing or trimming any tree not
specifically called for removal in the Drawings.
E. Remove and dispose of trees, branches, limbs, and roots leaving the right-of-way in a neat
and presentable condition. Perform clearing and grubbing without injury or damage to
adjacent property. Maintain the blade of equipment used for clearing and grubbing slightly
above the ground surface to protect grass roots.
F. Remove all trees, stumps, slashing, brush or other debris removed from the Site before
beginning construction. Select locations for dumping, acquire required permits and properly
dispose of excess material. Do not allow burning.
1.14 FIELD MEASUREMENTS
A. Perform complete field measurements for products required to fit existing conditions prior to
purchasing products or beginning construction.
Project Management and Coordination 0131 00-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
B. Verify property lines, control lines, grades, and levels indicated on the Drawings.
I
C. Verify pipe class, equipment capacities, existing electrical systems and power sources for
existing conditions.
D. Check Shop Drawings and indicate the actual dimensions available where products are to be
installed.
E. Include field measurements in record drawings as required in Section 01 31 13, PROJECT
COORDINATION.
1.15 REFERENCE DATA AND CONTROL POINTS
F. Locate and protect control points prior to starting the Work and preserve permanent
reference points during construction. Do not change or relocate points. Notify RPR when the
reference point is lost, destroyed, or requires relocation. Replace Project control points on the
basis of the original survey.
G. Provide complete engineering layout of the Work needed for construction.
1. Provide competent personnel. Provide equipment including accurate surveying
instruments, stakes, platforms, tools, and materials.
2. Provide surveying with accuracy meeting the requirements established for Category 5
Construction Surveying as established in the Manual of Practice of Land Surveying in
Texas published by the Texas Society of Professional Surveyors, latest revision.
3. Record data and measurements per standards.
1.16 CHANGE OF PIPELINE LOCATION
A. The alignment of the pipeline is shown on the Drawings, and no change is contemplated. It
may be necessary to change the alignment due to utility conflicts, unanticipated variations in
existing conditions, or for any other reason prior to the time pipe is actually installed.
B. No additional compensation will be paid to the Contractor except as provided by unit prices,
unless excessive cost is incurred that is directly applicable to such changes and this cost is
documented in accordance with the General / Supplemental and/or Special Conditions. No
compensation will be paid for specials, field cuts, field welds, or other incurred cost resulting
from failure to locate existing utilities prior to manufacture of pipe.
1.17 DELIVERY AND STORAGE
A. Deliver products and materials to the Site in time to prevent delays in construction.
B. Deliver packaged products to Site in original undamaged containers with identifying labels
attached. Open cartons as necessary to check for damage and to verify invoices. Reseal
cartons and store until used. Leave products in packages or other containers until installed.
C. Deliver products that are too large to fit through openings to the Site in advance of the time
enclosing walls and roofs are erected. Set in place, raised above floor on cribs.
D. Assume full responsibility for the protection and safekeeping of products stored at the Site.
E. Store products at locations acceptable to the Engineer and to allow RPR and Owner access
to maintain and operate existing facilities.
F. Store products in accordance with the Supplier's storage instructions immediately upon
delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of
stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in
neat groups of like items.
G. Obtain and pay for the use of any additional storage areas as needed for construction. Store
products subject to damage by elements in substantial weather -tight enclosures or storage
sheds. Provide and maintain storage sheds as required for the protection of products.
Project Management and Coordination 0131 00-6
City of Lubbock -
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
Provide temperature, humidity control and ventilation within the ranges stated in the
Supplier's instructions. Remove storage facilities at the completion of the Project.
H. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other
objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved
manner when pipe is not being installed. Wash out pipe sections that become contaminated
before continuing with installation. Take precautions to prevent the pipe from floating or
moving out of the proper position during or after laying operations. Immediately correct any
1- pipe that moves from its correct positions.
Provide adequate exterior storage for products that may be stored out-of-doors.
1. Provide substantial platforms, blocking, or skids to support materials and products above
ground; slope to provide drainage. Protect products from soiling or staining.
2. Cover products subject to dislocation or deterioration from exposure to the elements, with
impervious sheet materials. Provide ventilation to prevent condensation below covering.
3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to
prevent mixing with foreign matter.
4. Provide surface drainage to prevent erosion and ponding of water.
5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials.
6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the
entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet
light exposure.
7. Store light weight products to prevent wind damage.
J. Protect and maintain mechanical and electrical equipment in storage.
1. Provide Supplier's service instructions on the exterior of the package.
2. Service equipment on a regular basis as recommended by the Supplier. Maintain a log of
maintenance services. Submit the log as Record Data at the completion of the Project.
3. Provide power to and energize space heaters for all equipment for which these devices
are provided.
4. Provide temporary enclosures for all electrical equipment, including electrical systems on
mechanical devices. Provide and maintain heat in the enclosures until equipment is
energized.
K. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of
severe weather to verify that:
1. Storage facilities continue to meet specified requirements.
2. Supplier's required environmental conditions are continually maintained.
3. Surfaces of products exposed to the elements are not adversely affected.
L. Replace any stored item damaged by inadequate protection or environmental controls.
M. Payment may be withheld for any products not properly stored.
1.18 BLASTING
A. Blasting for excavations is not allowed.
1.19 ARCHAEOLOGICAL REQUIREMENTS
A. Cease operations immediately and contact the RPR for instructions if an historical or
archaeological find is made during construction.
B. Conduct all construction activities to avoid adverse impact on the Sites where significant
historical or archaeological Sites have been identified at the Site.
1. Obtain details for Working in these areas.
2. Maintain confidentiality regarding the Site.
3. Adhere to the requirements of the Texas Historical Commission.
Project Management and Coordination 01 31 00-7
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
7
� t
C. Do not disturb Archaeological Sites.
}
1. Obtain the services of a qualified archaeological specialist to instruct construction
personnel on how to identify and protect archaeological finds on an emergency basis.
2. Coordinate activities to permit Archaeological Work to take place within the area.
a. Attempt to archaeologically clear areas needed for construction as soon as possible. '3
b. Provide a determination of priority for such areas.
D. Assume responsibility for any unauthorized destruction that might result to such Sites by
construction personnel, and pay all penalties assessed by the State or Federal agencies for
non-compliance with these requirements.
E. Contract time will be modified to compensate for delays caused by such archaeological finds.
No additional compensation shall be paid for delays.
1.20 STORM WATER POLLUTION CONTROL
A. Comply with the current requirements of TPDES General Permit No. TXR15000 (General
Storm Water Permit) set forth by the Texas Commission on Environmental Quality for the
duration of the Project:
1. Develop a Storm Water Pollution Prevention Plan meeting all requirements of the
General Storm Water Permit.
2. Submit of a Notice of Intent to the Texas Commission on Environmental Quality.
3. Develop and implement appropriate Best Management Practices as established by local
agencies of jurisdiction.
4. Provide all monitoring and/or sampling required for reporting to the Texas Commission on
Environmental Quality
5. Submit reports to the Texas Commission on Environmental Quality as required as a
condition of the permit
6. Submit copies of the reports to the RPR as Record Data in accordance with Section 01
33 00 Submittals
7. Retain copies of these documents on site at all times for review and inspection by the
RPR, Owner or regulatory agencies. Post a copy of the permit as required by regulations.
8. Pay all costs associated with complying with the provisions of the General Storm Water
Permit. Assume solely responsible for implementing, updating, and modifying the
General Storm Water Permit per regulatory requirements the Storm Water Pollution
Prevention Plan and Best Management Practices.
B. Use forms required by the Texas Commission on Environmental Quality to file the Notice of
Intent. Submit the Notice of Intent at least two days prior to the start of construction. Develop
the Storm Water Pollution Prevention Plan prior to submitting the Notice of Intent. Provide
draft copies of the Notice of Intent, Storm Water Pollution Prevention Plan, and any other
pertinent Texas Commission on Environmental Quality submittal documents to the Owner
and RPR for review prior to submittal to the Texas Commission on Environmental Quality.
C. Return any property disturbed by construction activities to either specified conditions or pre -
construction conditions as set forth in the Contract Documents. Provide an overall erosion
and sedimentation control system that will protect all undisturbed areas and soil
stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to
control erosion and sedimentation and maintain these practices and techniques in effective
operating condition during construction. Permanently stabilize exposed soil and fill as soon as
practical during the Work.
D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures
for furnishing, installing, and maintaining erosion and sedimentation control structures and
procedures and overall compliance with the General Storm Water Permit. Modify the system
as required to effectively control erosion and sediment.
i
Project Management and Coordination 01 31 00-8 )
City of Lubbock-
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
E. Retain copies of reports required by the General Storm Water Permit for three years from
date of final completion.
C
1.21 POLLUTION CONTROL
A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious
substances from construction operations. Provide adequate measures to prevent the creation
of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not
dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow
noxious liquids to contaminate public waterways in any manner.
B. Provide equipment and personnel and perform emergency measures necessary to contain
any spillage.
1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials
at off -Site locations in an acceptable manner.
2. Excavate contaminated soil and dispose at an off -Site location if contamination of the soil
does occur. Fill resulting excavations with suitable backfill and compact to the density of
the surrounding undisturbed soil.
3. Provide documentation to the RPR which states the nature and strength of the
contaminant, method of disposal, and the location of the disposal Site.
4. Comply with local, State and Federal regulations regarding the disposal of pollutants.
C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or
sludge -contaminated soil is considered contaminated. Contaminated water must not be
allowed to enter streams or water courses, leave the Site in a non -contained form or enter
non -contaminated areas of the Site.
1. Pump contaminated water to holding ponds constructed by the Contractor for this
purpose, or discharge to areas on the interior of the Site, as designated by the Engineer.
2. Construct temporary earthen dikes or take other precautions and measures as required
to contain the contaminated water and pump to a designated storage area.
3. Wash any equipment used for handling contaminated water or soil within contaminated
areas three times with uncontaminated water prior to using such equipment in an
uncontaminated area. Dispose of wash water used to wash such equipment as
contaminated water.
1.22 EARTH CONTROL
A. Remove excess soil, spoil materials and other earth not required for backfill at the time of
generation within one week of completing excavation Work. Control stock pile material to
eliminate interference with Contractor and Owner's operations.
B. Dispose of excess earth off the Site. Pay cost for disposal unless otherwise noted. Provide
written approval by the property owner for all disposal on private property, and approval by
the RPR if such disposal affects the use of the easements.
C. Place excess excavated material and neatly spread on tracts of land on which the pipeline is
being constructed and where the property owner requests such material and the RPR
approves.
1.23 MANAGEMENT OF WATER
A. Manage water resulting from rains or ground water at the Site. Maintain trenches and
excavations free of water at all times.
B. Lower the water table in the construction area by acceptable means if necessary to maintain
a dry and workable condition at all times. Provide drains, sumps, casings, well points, and
other water control devices as necessary to remove excess water.
l Project Management and Coordination 01 31 00-9
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
f ;
C. Provide continuous operation of water management actions. Maintain standby equipment to
provide proper and continuous operation for water management.
D. Ensure that water drainage does not damage adjacent property. Divert water into the same
natural watercourse in which its headwaters are located, or other natural stream or waterway ,
as approved by the RPR. Assume responsibility for the discharge of water from the Site.
E. Remove the temporary construction and restore the Site in a manner acceptable to the
Engineer and to match surrounding material at the conclusion of the Work.
1.24 CLEANING DURING CONSTRUCTION
A. Provide positive methods to minimize raising dust from construction operations and provide
positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust
and dirt from demolition, cutting, and patching operations.
B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free
from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do
not allow waste materials or debris to blow off of the Site. Control dust from waste materials.
Transport waste materials with as few handlings as possible.
C. Comply with codes, ordinances, regulations, and anti -pollution laws. Do not burn or bury
waste materials. Remove waste materials, rubbish and debris from the Site and legally
dispose of these at public or private dumping areas.
1.25 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS
A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle
during all phases of construction unless the RPR approves a street closing. Submit a written
request for RPR's approval of a street closing. The request shall state:4
1. The reason for closing the street.
2. How long the street will remain closed.
3. Procedures to be taken to maintain the flow of traffic.
Do not close public roads overnight.
B. Construct temporary detours, including by-pass roads around construction, with adequately
clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and ..
safety features around the detour and excavations.
C. Maintain road and driveway access to occupied buildings. Coordinate temporary closures or
blockage with property owners, utilities, emergency service providers, RPR, and Engineer.
Property owners must be notified a minimum of two weeks or other time established by RPR
prior to closure. Limit the time road or driveways are out of service as stated in the approved
permit.
D. Maintain barricades, signs, and safety features around the Work in accordance with all
provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD.)
E. Assume responsibility for any damage resulting from construction along roads or drives.
1.26 CUTTING AND PATCHING
A. Perform cutting, fitting, and patching required to complete the Work or to:
1. Uncover Work to provide for installation of new Work or the correction of defective Work.
2. Provide routine penetrations of non-structural surfaces for installation of mechanical,
electrical, and plumbing Work.
3. Uncover Work that has been covered prior to observation by the Engineer.
B. Submit written notification to the Engineer in advance of performing any cutting which affects
1. Work of any other contractors, RPR or the Owner.
Project Management and Coordination 01 31 00-10
City of Lubbock (_J
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
2. Structural integrity of any structure or system of the Project.
3. Integrity or effectiveness of weather exposed or moisture resistant structure or systems.
4. Efficiency, operational life, maintenance, or safety of any structure or system.
5. Appearance of any structure or surfaces exposed occasionally or constantly to view.
C. The notification shall include:
1. Identification of the Project.
2. Location and description of affected Work.
3. Reason for cutting, alteration, or excavation.
4. Effect on the Work of any separate contractor, RPR or Owner.
5. Effect on the structural or weatherproof integrity of the Project.
6. Description of proposed Work, including:
a. Scope of cutting, patching, or alteration.
b. Trades that will perform the Work.
c. Products proposed for use.
d. Extent of refinishing to be performed.
e. Cost proposal, when applicable.
7. Alternatives to cutting and patching.
8. Written authorization from any separate contractor whose Work would be affected.
9. Date and time Work will be uncovered or altered.
D. Examine the existing conditions, including structures subject to damage or to movement
during cutting or patching.
1. Inspect conditions affecting installation of products or performance of the Work after
uncovering the Work.
2. Provide a written report of unacceptable or questionable conditions to the Engineer. The
Contractor shall not proceed with Work until Engineer has provided further instructions.
Beginning Work will constitute acceptance of existing conditions by the Contractor.
E. Protect the structure and other parts of the Work and provide adequate support to maintain
the structural integrity of the affected portions of the Work. Provide devices and methods to
protect adjacent Work and other portions of the Project from damage. Provide protection from
the weather for portions of the Project that may be exposed by cutting and patching Work.
F. Execute cutting and demolition by methods which will prevent damage to other Work, and will
provide proper surfaces to receive installation of repairs.
G. Execute fitting and adjustment of products to provide a finished installation to comply with
specified products, functions, tolerances, and finishes.
H. Cut, remove, and legally dispose of selected mechanical equipment, components, and
materials as indicated, including but not limited to, the removal of mechanical piping, heating
units, plumbing fixtures and trim, and other mechanical items made obsolete by the modified
Work.
I. Restore Work which has been cut or removed. Install new products to provide completed
3 Work per the Contract Documents.
J. Fit Work air -tight to pipes, sleeves, ducts, conduit, and other penetrations through the
surfaces. Where fire rated separations are penetrated, fill the space around the pipe or insert
with materials with physical characteristics equivalent to fire resistance requirements of
penetrated surface.
K. Patch finished surfaces and building components using new products specified for the
original installation.
L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes:
1. For continuous surfaces, refinish to the nearest intersection.
2. For an assembly, refinish the entire unit.
Project Management and Coordination 01 31 00-11
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
l_:
.j
1.27 PRELIMINARY OCCUPANCY
A. RPR may deliver, install and connect equipment, furnishings, or other apparatus in buildings
or other structures. These actions do not indicate acceptance of any part of the building or
structure and does not affect the start of warranties or correction periods.
B. Protect the Owner's property after installation is complete.
C. RPR or Engineer may use any product for testing or determine that the product meets the
requirements of the Contract Documents. This use does not constitute acceptance by either r
the RPR or Engineer. These actions do not indicate acceptance of any part of the product
and does not affect the start of warranties or correction periods.
1.28 INITIAL MAINTENANCE
A. Maintain equipment until the Project is accepted by the Resident Project Representative.
Ensure that mechanical equipment is properly maintained as recommended by the Supplier
B. Prior to acceptance of equipment, provide maintenance and start-up services subject to
approval by the Resident Project Representative.
C. Remove and clean screens and strainers in piping systems.
D. Clean insects from intake louver screens.
2.00 PRODUCTS
2.01 MATERIALS
Provide materials in accordance with the requirements of the individual Sections.]
3.00 EXECUTION
Perform the Work per the Supplier's published instructions. Do not omit any preparatory step or
installation procedure unless specifically exempted or modified by Field Order.
END OF SECTION
Project Management and Coordination
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
0131 00-12 1
�. it
01 31 13 PROJECT COORDINATION
1.00 GENERAL
1.01 WORK INCLUDED
I A. Administer contract requirements to construct the project. Provide documentation per the
requirements of this Section.
1.02 SUBMITTALS
A. Provide submittals in accordance with Section 01 33 00, SUBMITTALS.
1.03 COMMUNICATION DURING THE PROJECT
A. The RPR is to be the first point of contact for all parties on matters concerning this project.
B. The RPR will coordinate correspondence concerning:
1. Submittals, including Applications for Payment,
2. Clarification and interpretation of the Contract Documents,
3. Contract modifications,
4. Observation of work and testing, and
5. Claims.
C. The RPR and Engineer will normally communicate only with the Contractor. Any required
communication with Subcontractors or Suppliers will only be with the direct involvement of
the Contractor.
D. Direct written communications to the Engineer at the address indicated at the Pre -
construction Conference. Include the following with communications as a minimum:
1. Name of the Owner
2. Project name
3. Contract title
4. Project number
5. Date
6. A reference statement
E. Submit communications on the forms referenced in this Section or in Section 0133 00,
SUBMITTALS.
1.04 PROJECT MEETINGS
A. Pre -construction Conference
1. Attend a pre -construction meeting.
2. The location of the conference will be determined by the RPR.
3. The time of the meeting will be determined by the RPR but will be after the Notice of
Award is issued and not later than fifteen (15) days after the Notice to Proceed is issued.
4. The Owner, RPR, Engineer, representatives of utility companies, the Contractor's project
manager and superintendent, and representatives from major Subcontractors and
Suppliers may attend the meeting.
5. Provide and be prepared to discuss:
a. Preliminary construction schedule per Section 01 32 16 CONSTRUCTION
PROGRESS SCHEDULE.
b. Preliminary submittal schedule per Section 01 33 00, SUBMITTALS.
c. Schedule of values and anticipated schedule of payments per Section 01 29 00,
PAYMENT PROCEDURES.
d. List of Subcontractors and Suppliers.
e. Contractor's organizational chart as it relates to this project.
a Project Coordination 01 31 13-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
J
f. Letter indicating the agents of authority for the Contractor and the limit of that
authority with respect to the execution of legal documents, contract modifications and
payment requests.
B. Progress Meetings
1. Attend meetings with the RPR, Engineer and Owner.
a. Meet as requested by the RPR to discuss the project.
b. Meet at the project site or other location as designated by the RPR.
c. Contractor's superintendent and other key personnel are to attend the meeting. Other
individuals may be requested to attend to discuss specific matters.
2. Provide information as requested by the Engineer or Owner concerning this project.
a. Prepare to discuss:
1) Status of overall project schedule.
2) Contractor's detailed schedule for the next month.
3) Anticipated delivery dates for equipment.
4) Coordination with the Owner.
5) Status of submittals.
6) Information or clarification of the Contract Documents.
7) Claims and proposed modifications to the contract.
8) Field observations, problems, or conflicts.
9) Maintenance of quality standards.
b. Notify the Engineer of any specific items to be discussed a minimum of one week
prior to the meeting.
3. Review minutes of meetings and notify the RPR of any discrepancies within ten days of
the date of the memorandum.
a. Following that date, the minutes will stand as shown or as corrected.
b. Corrections will be reflected in the minutes of the following meeting. Issues discussed
will be documented and old issues will remain on minutes of subsequent meetings
until the issue is resolved.
C. Pre -submittal and Pre -installation Meetings
1. Attend pre -submittal and pre -installation meetings as required in the individual technical
specifications or as determined necessary by the RPR (for example, instrumentation,
roofing, concrete mix design, etc.).
2. The location of the meeting will be determined by the RPR.
3. The time of the meeting will be determined by the Contractor when ready to proceed with
the associated work, subject to submission of a Notification by Contractor (NBC) and
acceptance by the Construction Manager, Engineer and Owner of the proposed time.
4. The Owner, RPR, Engineer, the Contractor's project manager and superintendent, and
representatives from affected Subcontractors and Suppliers shall attend the meeting.
1.05 REQUESTS FOR INFORMATION
A. Submit Request for Information (RFI) to the RPR to obtain additional information or
clarification of the Contract Documents.
1. Submit a separate RFI for each item in the Contractor's standard format.
2. Attach adequate information to permit a written response without further clarification.
RPR or Engineer will return requests that do not have adequate information to the
Contractor for additional information. Contractor is responsible for all delays resulting
from multiple submittals due to inadequate information.
3. A response will be made when adequate information is provided. Response will be made
on the RFI form or in attached information.
B. Response to an RFI is given to provide additional information, interpretation, or clarification of i...f
the requirements of the Contract Documents, and does not modify the Contract Documents.
Project Coordination 01 31 13-2 ( j
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
t
C. Owner will initiate a Preliminary Contract Modification per Paragraph 1.07 if the RFI indicates
that a contract modification is required.
t 4` 1.06 NOTIFICATION BY CONTRACTOR
A. Notify the RPR of:
1. Need for testing,
2. Intent to work outside regular working hours,
3. Request to shut down facilities or utilities,
4. Proposed utility connections,
5. Required observation by Engineer or inspection agencies prior to covering work.
B. Provide notification a minimum of two weeks in advance in order to allow Owner, RPR, and /
or Engineer time to respond appropriately to the notification.
1.07 REQUESTS FOR MODIFICATIONS
A. Submit a request to the RPR for any change in the Contract Documents.
1. Assign a number to the Preliminary Contract Modification when issued.
2. Include with the Preliminary Contract Modification:
a. A complete description of the proposed modification.
b. The reason the modification is requested.
c. A detailed breakdown of the cost of the change (necessary only if the modification
requires a change in contract amount). The itemized breakdown is to include:
1) list of materials and equipment to be installed,
2) man hours for labor by classification,
3) equipment used in construction,
4) consumable supplies, fuels, and materials,
5) royalties and patent fees,
6) bonds and insurance,
7) overhead and profit,
8) field office costs, and
9) home office cost,
10) other items of cost.
d. Provide the level of detail outline in the paragraph above for each Subcontractor or
Supplier actually performing the Work if work is to be provided by a Subcontractor or
Supplier. Indicate appropriate Contractor mark ups for Work provided through
Subcontractors and Suppliers. Provide the level of detail outline in the paragraph
above for self -performed Work.
e. Provide a revised schedule indicating the effect on the critical path for the project and
a statement of the number of days the project may be delayed by the modification.
3. A Preliminary Contract Modification is required for all substitutions or deviations from the
Contract Documents that involve potential project cost impacts.
4. The Owner and the Engineer will evaluate the request for a preliminary contract
modification.
B. Owner will initiate changes through the Engineer.
1. The Owner or Engineer will prepare a description of proposed modifications to the
Contract Documents.
2. Owner will assign a number to the Preliminary Contract Modification when issued.
C. Engineer will issue a Field Order or a Change Order per the General Conditions if a contract
modification is appropriate.
1. Modifications to the contract can only be made by a Field Order or a Change Order.
2. Changes in the project will be documented by a Field Order or by a Change Order.
Project Coordination 01 31 13-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
3. Field Orders may be issued by the Engineer for contract modifications that do not change
the Contract Price or Contract Time.
4. Any modifications that require a change in Contract Price or Contract Time can only be
approved by Change Order.
a. Proposals issued by the Contractor in response to a Preliminary Contract
Modification will be evaluated by the Engineer.
b. If the Preliminary Contract Modification is acceptable, the Contractor will be notified in
writing. This will constitute the authorization to proceed with the work.
c. Depending on the amounts involved, several Preliminary Contract Modifications may
be collected into a contract Change Order.
d. Change Orders can only be approved by the City of Lubbock Board of Directions.
Upon approval, the Owner will prepare the Change Order for execution between the
Contractor and the Owner.
D. The Contractor may be informed that the Preliminary Contract Modification is not approved
and construction is to proceed in accordance with the Contract Documents.
1.08 RECORD DRAWINGS
A. Maintain at the Site one complete record copy of:
1. Drawings,
2. Specifications,
3. Addenda,
4. Contract modifications,
5. Approved Shop Drawings and record data,
6. Test records,
7. Clarifications and other information provided in Request for Information responses, and
8. Reference standards
B. Store documents and samples in the Contractor's field office.
1. Documents are to remain separate from documents used for construction. Do not use
these documents for construction.
2. Provide files and racks for the storage of documents.
3. Provide a secure storage space for the storage of samples.
4. Maintain documents in clean, dry, legible conditions, and in good order.
5. Make documents and samples available at all times for inspection by the RPR, Engineer
and Owner.
C. Marking Drawings:
1. Label each document as "Project Record" in large printed letters.
2. Record information as construction is being performed.
a. Do not conceal any Work until the required information is recorded.
b. Mark drawings to record actual construction, including the following:
1) Depths of various elements of the foundation in relation to finished first floor
datum or the top of walls.
2) Horizontal and vertical locations of underground utilities and appurtenances
constructed and existing utilities encountered during construction.
3) Location of internal utilities and appurtenances concealed in the construction.
Refer measurements to permanent structure on the surface. Include the following
equipment:
a) Piping,
b) Ductwork,
c) Equipment and control devices requiring periodic maintenance or repair,
d) Valves, unions, traps, and tanks,
e) Services entrance,
Project Coordination
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
01 31 13-4
f) Feeders, and
g) Outlets.
4) Changes of dimension and detail,
5) Changes made by Field Order and Change Order,
6) Details not on the original Drawings. Include field verified dimensions and
clarifications, interpretations, and additional information issued in response to
Requests for Information.
c. Mark Specifications and Addenda to identify products provided.
r 1) Record product name, trade name, catalog number, and each Supplier (with
address and phone number) of each product and item of equipment actually
installed.
2) Record changes made by Field Order and Change Order.
d. Mark additional work or information in erasable pencil.
1) Use red for new or revised indication.
2) Use purple for Work deleted or not installed (lines to be removed).
3) Highlight items constructed per the Contract Documents in yellow.
e. Submit record documents to Engineer for review and acceptance 30 days prior to
final completion of the project.
_ 1) Provide one set of marked up drawings.
D. Applications for Payment will not be recommended for payment if record documents are
found to be incomplete or not in order. Final payment will not be recommended without
complete record documents.
END OF SECTION
} Project Coordination 01 31 13-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
I
01 32 16 CONSTRUCTION PROGRESS SCHEDULE
1.00 GENERAL
1.01 REQUIREMENTS
A. Prepare and submit a progress schedule for the Work and update the schedule on a monthly
basis for the duration of the Project.
B. Provide schedule in adequate detail to allow Resident Project Representative (RPR) to
monitor the work progress, to anticipate the time and amount of Applications for Payment,
and to relate submittal processing to sequential activities of the Work.
C. Incorporate and specifically designate the dates of anticipated submission of submittals and
the dates when submittals must be returned to the Contractor into the schedule.
D. Assume complete responsibility for maintaining the progress of the Work per the submitted
schedule.
E. Take all requirements of Section 01 35 00, CONSTRUCTION SEQUENCE into consideration
when preparing schedule.
1.02 SUBMITTALS
A. Submit progress schedules in accordance with Section 01 33 00, SUBMITTALS. Submit
schedules within the following times:
1. Preliminary schedule within 10 days after the Notice of Award. The schedule is to be
available at the pre -construction conference.
2. Detailed schedule at least 10 days prior to the first payment request.
B. Submit progress schedules with Applications for Payment. Schedules may be used to
evaluate the Applications for Payment. Failure to submit the schedule may cause delay in the
review and approval of Applications for Payment.
1.03 SCHEDULE REQUIREMENTS
A. Schedule is to be in adequate detail to:
1. Assure adequate planning, scheduling, and reporting during the execution of the Work.
2. Assure the coordination of the Work of the Contractor and the various Subcontractors
and Suppliers.
3. Assist in monitoring the progress of the work.
4. Assist in evaluating proposed changes to Contract Time and project schedule.
5. Assist the RPR in review of Contractor's Application for Payment.
B. Provide personnel with five (5) years minimum experience in scheduling construction work
comparable to this project.
C. Provide the schedule in the form of a time scaled horizontal bar chart which indicates
graphically the Work scheduled at any time during the Project. The graph is to indicate:
,z
1. Complete sequence of construction by activity.
2. Identification of the activity by structure, location, and type of Work.
3. Chronological order of the start of each item of work.
4. The activity start and stop dates.
(. 5. The activity duration.
6. Successor and predecessor relationships for each activity. Group related activities or use
lines to indicate relationships.
Construction Progress Schedule 01 32 16-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
7. A clearly indicated critical path. Indicate only one critical path on the schedule. The r
subsystem with the longest time of completion is the critical path where several
subsystems each have a critical path. Float time is to be assigned to other subsystems.
8. Projected percentage of completion, based on dollar value of the Work included in each
activity as of the day Applications for Payment are due of each month.
D. Submit a separate submittal schedule indicating the dates when the submittals are to be sent
to the Engineer.
1. List specific dates submittal is to be sent to the Engineer.
2. List specific dates submittal must be processed in order to meet the proposed schedule.
3. Allow a reasonable time to review submittals, taking into consideration the size and
complexity of the submittal, the submission of other submittals, and other factors that
may affect review time.
4. Allow time for re -submission of the submittals for each item. Contractor is responsible for
delays associated with additional time required to review incomplete or erroneous
submittals and for the time lost when submittals are submitted for products that do not
meet specification requirements.
E. Update the schedule at the end of each monthly partial payment period to indicate the
progress made on the project to that date.
1.04 SCHEDULE REVISIONS
A. Submit a written report if the schedule indicates that the Project is more than thirty (30) days
behind schedule. The report is to include:
1. Number of days Project is behind schedule.
2. Narrative description of the steps to be taken to bring the Project back on schedule.
3. Anticipated time required to bring the Project back on schedule.
Submit a revised schedule indicating the action that the Contractor proposes to take to bring
the Project back on schedule.
B. Revise the schedule to indicate any adjustments in Contract Time approved by Change
Order.
1. Revised schedule is to be included with Contract Modification Request for which an
extension of time is requested.
2. Failure to submit a revised schedule indicates that the modification shall have no impact
on the ability of the Contractor to complete the project on time and that the cost
associated with the change of additional plant or work force have been included in the
cost proposed for the modification.
C. Updating the project schedule to reflect actual progress is not considered a revision to the
project schedule.
D. Applications for Payment will not be recommended for payment without a revised schedule
and if required, the report indicating the Contractor's plan for bringing the project back on
schedule.
1.05 FLOAT TIME
A. Define float time as the amount of time between the earliest start date and the latest start
date of a chain of activities on the construction schedule.
B. Float time is not for the exclusive use or benefit of either the Contractor or Owner.
C. Contract time cannot be changed by the submission of this schedule. Contract Time can only
be modified by approved Change Order.
Construction Progress Schedule 01 32 16-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
D. Schedule completion date must be the same as the contract completion date. Time between
the end of construction and the contract completion date is to be indicated as float time.
END OF SECTION
Construction Progress Schedule 01 32 16-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
i_-
No Text
rt 01 32 33 PHOTOGRAPHIC DOCUMENTATION
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide a video recording with audio and narration of the Site prior to the beginning of
construction. The narration shall describe what is being shown in the video, including
building/process, manhole number, pipeline and station number, etc. as applicable.
1. Record the condition of all existing facilities in or abutting the construction area (right-of-
way) including but not limited to streets, curb and gutter, utilities, driveways, fencing,
landscaping, etc.
2. Record after construction staking is complete but prior to any clearing where possible.
3. Provide one copy of the recording, dated and labeled to the RPR before the start of
construction. Provide additional recording if the recording provided is not considered
suitable for the purpose of recording conditions prior to construction.
B. Furnish an adequate number of photographs of the Site to clearly depict the completed
project.
1. Provide a minimum of ten different views.
2. Photograph a panoramic view of the entire project site.
3. Photograph all significant areas of completed construction.
4. Completion photographs are not to be taken until all construction trailers, excess
materials, trash and debris have been removed.
C. All photographs, video recordings and a digital copy of this media are to become the property
of the Owner. Photographs or recordings may not be used for publication, or public or private
display without the written consent of the Owner.
1.02 QUALITY ASSURANCE
A. Provide clear photographs and recordings taken with proper exposure. View photographs
and recordings in the field and take new photographs or recordings immediately if photos of
an adequate print quality cannot be produced or video quality is not adequate. Provide
photographs with adequate quality and resolution to permit enlargements.
1.03 SUBMITTALS
A. Submit photographic documentation as record data in accordance with Section 01 33 00,
SUBMITTALS.
2.00 PRODUCTS
2.01 PHOTOGRAPHS
A. Provide photographs in digital format with a minimum resolution of 1280 X 960, accomplished
without a digital zoom.
B. Take photographs at locations acceptable to the RPR.
C. Provide a digital copy on a DVD of each photograph taken.
D. Identify each digital file name with:
1. Project name.
2. Date, time, location, and orientation of the exposure.
3. Description of the subject of photograph.
2.02 VIDEO RECORDING
Project Photographs 01 32 33-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
A. Provide digital format on DVD that can be played on Windows Media Player in common
format in full screen mode.
B. Identifying project on tape by audio or visual means.
END OF SECTION
Project Photographs 01 32 33-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A j
01 33 00 SUBMITTALS
1.00 GENERAL
1.01 WORK INCLUDED
A. Submit documentation as required by the Contract Documents and as reasonably requested
by the Resident Project Representative (RPR), and Engineer to:
1. Record the products incorporated into the Project for the RPR.
2. Provide information for operation and maintenance of the Project.
3. Provide information for the administration of the Contract.
4. Allow the Engineer to advise the Owner if products proposed for the project by the
Contractor conform, in general, to the design concepts of the Contract Documents.
B. Contractor's responsibility for full compliance with the Contract Documents is not relieved by
the Engineer's review of submittals. Contract modifications may only be approved by Change
Order or Field Order.
1.02 CONTRACTOR'S RESPONSIBILITIES
A. Review all submittals prior to submission.
B. Determine and verify:
1. Field measurements.
2. Field construction requirements.
3. Location of all existing structures, utilities and equipment related to the submittals.
4. Submittals are complete for their intended purpose.
5. Conflicts between the submittals related to the various Subcontractors and Suppliers
have been resolved.
6. Quantities and dimensions shown on the submittals.
C. Submit information per the procedures described in this section and the detailed
specifications.
D. Furnish the following submittals:
1. As specified in the attached Submittal Schedule.
2. Schedules, data and other documentation as described in detail in this section or
referenced in the General Conditions.
3. Documentation required for the administration of the Contract per Section 01 31 13,
PROJECT COORDINATION.
4. Shop Drawings required for consideration of a contract modification per Paragraph 1.08.
5. Submittals as required in the Specifications.
6. Submittals not required will be returned without Engineer's review.
E. Submit a schedule indicating the date submittals will be sent to the Engineer and proposed
dates that the product will be incorporated into the project. Make submittals promptly in
accordance with the schedule so as to cause no delay in the Project.
1. Send submittals to the Engineer allowing a reasonable time for delivery, review and
marking submittals. Include time for review of a resubmission if necessary. Allow
adequate time for the submittal review process, ordering, fabrication, and delivery of the
product so as to not delay progress on the Project.
2. Schedule submittal to provide all information for interrelated work at one time. No review
will be performed on submittals requiring coordination with other submittals. Engineer will
return submittals for resubmission as a complete package.
F. Submit information for all of the components and related equipment required for a complete
and operational system in the same submittal.
Submittals 01 33 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
1. Include electrical, mechanical, and other information required to indicate how the various
components of the system function.
2. Provide certifications, warranties, and written guarantees with the submittal package for
review when they are required.
G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at
the Contractor's risk. Products not meeting the requirements of Contract Documents are
defective and may be rejected at the RPR's option.
H. Payment will not be made for products for which submittals are required until the submittals
have been received. Payment will not be made for products for which Shop Drawings or
Samples are required until these are approved by the Engineer.
1.03 QUALITY ASSURANCE
A. Submit legible, accurate, complete documents presented in a clear, easily understood
manner. Submittals not meeting these criteria will be returned without review.
B. Demonstrate that the proposed products are in full and complete compliance with the design
criteria and requirements of the Contract Documents including Drawings and Specifications
as modified by Addenda, Field Orders, and Change Orders.
C. Furnish and install products that fully comply with the information included in the submittal.
D. Review and approve submittals prior to submitting them to the Engineer for review.
Submittals will not be accepted from anyone other than the Contractor.
1.04 SUBMITTAL PROCEDURES
A. Deliver submittals to the Engineer at the following address unless otherwise stated at the pre -
construction conference:
Lockwood, Andrews, and Newnam, Inc.
Attention: Justin Reeves
1320 South University Drive, Suite 450
Fort Worth, TX 76017
Reference Project: 353
Transmit electronic copy of all preliminary submittal for Engineer's review and final approved
submittal to the following email address. The complete contents of each submittal, including
associated drawings product data, etc., shall be submitted in Adobe Acrobat PDF format, or
other format approved by Engineer.
Email: JReeves@Ian-inc.com
B. Transmit all submittals, with a properly completed Submittal Transmittal Form in the
Contractor's standard format, as approved.
1. Use a separate transmittal form for each specific product, class of material, and
equipment system.
2. Submit items specified in different sections of the Specifications separately unless they
are part of an integrated system.
C. Assign a Contractor's submittal number to the documents originated to allow tracking of the
submittal during the review process.
1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes
shall be as follows:
Prefix
Description
Originator
CO
Chan e Order
RPR
PCM
Preliminary Contract Modification
Contractor
EIR
Equipment Installation Report
Contractor
FO
Field Order
Engineer
O&M
Operation & Maintenance Manuals
Contractor
RFI
Request for Information
Contractor
SD
Shop Drawing
Contractor
Submittals 01 33 00-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
2. Issue sequence numbers in chronological order for each type of submittal.
3. Issue numbers for resubmittals that have the same number as the original submittal
followed by an alphabetical suffix indicating the number of times the same submittal has
been sent to the Engineer for processing. For example: SD-025-A represents a shop
drawing that is the twenty-fifth submittal of this type and is the second time this submittal
has been sent for review.
4. Clearly note the submittal number on each page or sheet of the submittal.
- 5. Correct assignment of numbers is essential since different submittal types are processed
j in different ways.
D. Submit documents with uniform markings and page sizes.
1. Paper size shall allow for ease of reproduction.
a. Submit documents on 8-1/2" X 11" paper where practical.
b. Use 11" X 17" paper for larger drawings and schematics.
c. Use full size sheets for fabrications and layout drawings. Reproducible drawings may
be submitted in lieu of prints.
2. Mark submittals to:
a. Indicate Contractor's corrections in green.
b. Highlight items pertinent to the products being furnished in yellow and delete items
that are not pertinent when the Supplier's standard drawings or information sheets
are provided.
c. Cloud items and highlight in yellow where selections by the Engineer, Owner or RPR
are required.
d. Mark dimensions with the prefix FD to indicate field verified dimensions on the
drawings.
e. Provide a blank space 8" x 3" for Contractor's and Engineer's stamp.
3. Define abbreviations and symbols used in Shop Drawings.
a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings.
b. Provide a list of abbreviations and their meaning as used in the Shop Drawings.
c. Provide a legend for symbols used on Shop Drawings.
E. Mark submittals to reference the Drawing number and/or section of the Specifications, detail
designation, schedule or location that corresponds with the data submitted. Other
identification may also be required, such as layout drawings or schedules to allow the
reviewer to determine where a particular product is to be used.
F. Deliver samples required by the Specifications to the project site. Provide a minimum of two
(2) samples.
G. Construct mock-ups from the actual products to be used in construction per Specifications.
H. Submit color charts and Samples for every product requiring color, texture or finish selection.
1. Submit all color charts and Samples at one time.
2. Do not submit color charts and Samples until all record data have been submitted or
Shop Drawings for the products have been approved.
3. Submit color charts and Samples not less than thirty (30) days prior to when these
products are to be ordered or released for fabrication to comply with the schedule for
construction of the Project.
I. Submit Preliminary Contract Modification per Section 01 31 13, PROJECT COORDINATION
to request modifications to the Contract Documents.
1.05 REVIEW PROCEDURES
A. Shop drawings are reviewed in the order received, unless Contractor request that a different
priority be assigned.
B. Mark a submittal as "Priority" to place the review for this submittal ahead of submittals
previously delivered. Priority submittals will be reviewed before other submittals for this
Project which have been received but not reviewed. Use discretion in the use of "Priority"
Submittals 01 33 00-3
City of Lubbock
4 Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
I
submittals as this may delay the review of submittals previously submitted. Revise the
Schedule of Contractor's Submittals for substantial deviations from the previous schedule
C. Review procedures vary with the type of submittal as described in Paragraph 1.06.
1.06 SUBMITTAL REQUIREMENTS
A. Shop Drawings are required for those products that cannot adequately be described in the
Contract Documents to allow fabrication, erection or installation of the product without
additional detailed information from the Supplier.
1. Shop drawings are requested so that the Engineer and RPR can:
a. Assist the Owner in selecting colors, textures or other aesthetic features.
b. Compare the proposed features of the product with the specified features so as to
advise the Owner that the product does, in general, conform to the Contract
Documents.
c. Compare the performance features of the proposed product with those specified so
as to advise the Owner that it appears that the product will meet the designed
performance criteria.
d. Review required certifications, guarantees, warranties, and service agreements for
compliance with the Contract Documents.
2. Certify that Contractor has reviewed the Shop Drawings and made all necessary
corrections such that the products, when installed, will be in full compliance with the
Contract Documents. Shop Drawings submitted without this certification will be returned
without review.
3. Submit Shop Drawings for:
a. Products indicated in the submittal schedule following this section.
b. When a substitution or equal product is proposed in accordance with Paragraph 1.08
of this Section.
4. Include a complete description of the material or equipment to be furnished. Information
is to include:
a. Type, dimensions, size, arrangement, model number, and operational parameters of
the components.
b. Weights, gauges, materials of construction, external connections, anchors, and
supports required.
c. Performance characteristics, capacities, engineering data, motor curves, and other
information necessary to allow a complete evaluation of mechanical components.
d. All applicable standards such as ASTM or Federal specification numbers.
e. Fabrication and installation drawings, setting diagrams, manufacturing instructions,
templates, patterns, and coordination drawings.
f. Wiring and piping diagrams and related controls.
g. Mix designs for concrete, asphalt, or other materials proportioned for the Project.
h. Complete and accurate field measurements for products which must fit existing
conditions. Indicate on the submittal that the measurements represent actual
dimensions obtained at the site.
5. Provide all required statements of certification, guarantees, extended service
agreements, and other related documents with the Shop Drawing. The effective date of
these documents shall be the date of acceptance of the work by the Owner.
6. Comments will be made on items called to the attention of the Engineer for review and
comment. Any marks made by the Engineer do not constitute a blanket review of the
submittal or relieve the Contractor from responsibility for errors or deviations from the
Contract requirements.
a. Submittals that are reviewed will be returned with one or more of the following
designations:
1) Approved - Submittal is found to be acceptable as submitted.
2) Approved as Noted - Submittal is acceptable with corrections or notations made
by Engineer and may be used as corrected.
Submittals 0133004
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
a
3) Revise and Resubmit - Submittal has deviations from the Contract Documents,
significant errors, or is inadequate and must be revised and resubmitted for
subsequent review.
4) Not Approved - Products are not acceptable.
b. Drawings with a significant or substantial number of markings by the Contractor may
be marked "Approved as Noted" and "Revise and Resubmit". These drawings are to
( be revised to provide a clean record of the submittal.
c. Dimensions or other data that do not appear to conform to the Contract Documents
will be marked as "At Variance With" (AVW) the Contract Documents or other
' information provided. The Contractor is to make revisions as appropriate to comply
with Contract Documents.
B. Certifications, Warranties and Service Agreements include documents as specified in the
detailed specifications, as shown in the submittal schedule or as follows:
1. Certified Test Reports (CTR) - A report prepared by an approved testing agency giving
results of tests performed on products to indicate their compliance with the specifications.
(Refer to Section 0140 00, QUALITY REQUIREMENTS.)
2. Certification of Local Field Service (CLS) - A certified letter stating that field service is
available from a factory or supplier approved service organization located within a 50 mile
radius of the project site. List names, addresses, and telephone numbers of approved
service organizations on or attach to the certificate.
3. Extended Warranty (EW) - A guarantee of performance for the product or system beyond
the normal one year correction period described in the General Conditions. [5] Issue the
warranty certificate in the name of the Owner.
4. Extended Service Agreement (ESA) - A contract to provide maintenance beyond that
required to fulfill requirements for warranty repairs, or to perform routine maintenance for
a definite period of time beyond the warranty period. Issue the service agreement in the
name of the Owner.
5. Certification of Adequacy of Design (CAD) - A certified letter from the manufacturer of the
equipment stating that they have designed the equipment to be structurally stable and to
withstand all imposed loads without deformation, failure, or adverse effects to the
performance and operational requirements of the unit. The letter shall state that
mechanical and electrical equipment is adequately sized to be fully operational for the
conditions specified or normally encountered by the product's intended use.
6. Certification of Applicator/Subcontractor (CSQ) - A certified letter stating that the
Subcontractor or Supplier proposed to perform a specified function is duly designated as
factory authorized and trained for the application of the specified product.
C. Submit record data to provide information to allow the Owner to adequately identify the
products incorporated into the project and allow replacement or repair at some future date.
1. Provide record data for all products. Record data is not required for items for which Shop
i Drawings and/or operations and maintenance manuals are required.
2. Provide information only on the specified products. Submit a Preliminary Contract
Modification for approval of deviations or substitutions and obtain approval by Field Order
or Change Order prior to submitting record data.
3. Provide the same information required for Shop Drawings.
4. Record data will be received by the Engineer and RPR, logged, and provided to Owner
for the Project record.
a. Record data may be reviewed to see that the information provided is adequate for the
purpose intended. Inadequate drawings will be returned as unacceptable.
b. Record data is not reviewed for compliance with the Contract Documents. Comments
.. may be returned if deviations from the Contract Documents are noted during the
cursory review performed to see that the information is adequate.
D. Provide Samples for comparison with products delivered to the Site for use on the Project.
1. Samples shall be of sufficient size and quantity to clearly illustrate the functional
characteristics of the product, with integrally related parts and attachment devices.
2. Indicate the full range of color, texture, and patterns.
(_3 Submittals 01 33 00-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
3. Dispose of Samples when related Work has been completed and approved, and disposal
is requested by the Engineer or RPR. At RPR's option Samples will become the property
of the Owner. "
E. Construct mock-ups for comparison with the work being performed.
1. Construct mock-ups of the size or area indicated in the detailed Specifications.
2. Construct mock-ups complete with texture and finish to represent the finished product.
3. Protect mock-ups until Work has been completed and accepted by the RPR.
4. Dispose of mock-ups when related Work has been completed and disposal is approved
by the Engineer.
F. Submit Operation and Maintenance manuals (O&M) for all equipment, mechanical devices,
or components described in the Contract Documents. Include copies of approved Shop
Drawings in the manual.
G. Submit Request for Information (RFI) in accordance with Section 01 31 13, PROJECT
COORDINATION.
H. Submit a Schedule of Values and Application for Payment (AP) in accordance with Section
01 29 00, PAYMENT PROCEDURES.
I. Submit Progress Schedules (SCH) in accordance with Section 01 32 16 CONSTRUCTION
PROGRESS SCHEDULES.
J. Submit Certified Test Reports (CTR) from independent testing laboratories in accordance
with Section 01 40 00, QUALITY REQUIREMENTS.
1. Submit test reports for material fabricated for this project with Shop Drawings for that
product.
2. Submit test reports produced at the point of production for standard production products
with the record data for that product.
K. Submit a list of Suppliers and Subcontractors as record data in accordance with Section. 01
3113, PROJECT COORDINATION.
L. Submit Equipment Installation Reports (EIR) to the RPR for approval.
M. Submit Notifications by Contractor (NBC) in accordance with Section 01 31 13, PROJECT
COORDINATION.
1.07 REQUESTS FOR DEVIATION
A. Submit requests for deviations from the Contract Documents for any product that does not
fully comply with the Contract Documents.
B. Submit request for deviations by Preliminary Contract Modification in the Contractor's
standard format per Section 01 31 13, PROJECT COORDINATION. Identify the deviations
and the reason the change is requested.
C. Include the amount of cost savings to the RPR for deviations that result in a reduction in cost.
D. A Change Order or Field Order will be issued by the Engineer for deviations, if approved.
Deviations from the Contract Documents require specific approval by the Owner, RPR and
the Engineer.
1.08 SUBMITTALS FOR EQUAL NON -SPECIFIED PRODUCTS
A. The products of the listed suppliers are to be furnished where detailed specifications list 1 1
several manufacturers but do not specifically list "or equal" or "or approved equal" products.
Use of any products other than those specifically listed is a substitution and must be
approved per Paragraph 1.09.
B. Contractor may submit other manufacturers' products that are in full compliance with the
specification where detailed specifications list one or more manufacturers followed by the
phase "or equal" or "or approved equal". ,
Submittals 01 33 00-6
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
dl
1. Submit Shop Drawings of adequate detail to document that the proposed product is equal
or superior to the specified product.
2. Prove that the product is equal. It is not the Engineer's responsibility to prove the product
is not equal.
a. Indicate on a point by point basis for each specified feature that the product is equal
to the Contract Document requirements.
b. Make a direct comparison with the specified manufacturer's published data sheets
and available information. Provide this printed material with the submittal.
c. The decision of the Engineer regarding the acceptability of the proposed product is
c; final.
3. Provide a typewritten certification that, in furnishing the proposed product as an equal,
the Contractor:
a. Has thoroughly examined the proposed product and has determined that it is equal
or superior in all respects to the product specified.
b. Has determined that the product will perform in the same manner as the specified
product.
c. Will provide the same warranties and/or bonds as for the product specified.
d. Will assume all responsibility to coordinate any modifications that may be necessary
to incorporate the product into the Work and will waive all claims for additional
materials or effort which may be necessary to incorporate the product into the
Project.
e. Will maintain or improve the delivery and installation schedule as for the specified
product.
4. A modification request is not required for any product that is in complete compliance with
the Contract Documents.
1.09 SUBMi I I ALS FOR SI. BS T i T U T iONS
A. Substitutions are defined as any product that the Contractor proposes to provide for the
Project in lieu of the specified product.
B. Submit the following for consideration of approval of a Supplier or product which is not
specified:
1. Submit request for deviation from the Contract Documents per Paragraph 1.07.
2. Prove that the product is acceptable as a substitute. It is not the Engineer's responsibility
to prove the product is not acceptable as a substitute.
a. Indicate on a point by point basis for each specified feature that the product is
acceptable to meet Contract Documents requirements.
b. Make a direct comparison with the specified Supplier's published data sheets and
available information. Provide this printed material with the submittal.
c. The decision of the Engineer regarding the acceptability of the proposed substitute
product is final.
3. Provide a typewritten certification that, in making the substitution request, the Contractor:
a. Has determined that the substituted product will perform in substantially the same
manner and result in the same ability to meet the specified performance as the
specified product.
b. Will provide the same warranties and/or bonds for the substituted product as
specified or as would be provided by the Manufacturer of the specified product.
c. Will assume all responsibility to coordinate any modifications that may be necessary
to incorporate the substituted product into the project and will waive all claims for
additional Work which may be necessary to incorporate the substituted product into
the Project which may subsequently become apparent.
d. Will maintain the same time schedule as for the specified product.
C. Pay engineering cost for review of substitutions.
9 1. Cost for additional review time will be billed to the Owner by the Engineer for the actual
hours required for the review and marking of Shop Drawings by Engineer and in
accordance with the rates listed in the Supplemental and/or Special Conditions.
Submittals 01 33 00-7
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
1
2. Cost for the additional review shall be paid to the Owner by the Contractor on a monthly
basis.
1.10 WARRANTIES AND GUARANTEES '
A. Submit warranties and guarantees required by the Contract Documents with the Shop
Drawings or record data.
B. Provide additional copies for equipment and include this additional copy in the Operation and
Maintenance Manuals.
C. Provide a separate manual for warranties and guarantees.
1. Provide a log of all products for which warranties or guarantees are provided, and for all
equipment. Index the log by Specification section number on forms provided by the
Engineer.
2. Indicate the start date, warranty or guarantee period and the date upon which the
Warranty or guarantee expires for product or equipment which a warranty or guarantee is
required.
3. Indicate the date for the start of the correction period specified in the General Conditions
for each piece of equipment and the date on which the specified correction period
expires.
4. Provide a copy of the warrantee or guarantee under a tab indexed to the log.
1.11 RESUBMISSION REQUIREMENTS
A. Make all corrections or changes in the submittals required by the Engineer and resubmit until
approved.
B. For shop drawings:
1. Revise initial drawings or data and resubmit as specified for the original submittal.
2. Highlight in yellow those revisions which have been made in response to the first review
by the Engineer.
3. Highlight in blue any new revisions which have been made or additional details of
information that has been added since the previous review by the Engineer.
C. For samples:
1. Submit new samples as required for the initial sample.
2. Remove samples which have been rejected.
D. For mock-ups:
1. Construct a new mock-up as initially required.
2. Dispose of mock-ups which have been rejected.
E. Engineering cost for excessive review of shop drawings will be paid by the Contractor.
1. Excessive review of shop drawings is defined as any review required after the original
review has been made and the first resubmittal has been checked to see that corrections
have been made.
2. Cost for additional review time will be billed to the Owner by the Engineer for the actual
hours required for the review and marking of shop drawings by Engineer and in the
Supplemental and/or Special Conditions.
3. Pay cost for the additional review to the Owner on a monthly basis as billed by the
Owner.
4. Need for more than one resubmission or any other delay of obtaining Engineer's review
of submittals, will not entitle the Contractor to an extension of Contract Time. All costs
associated with such delays shall be at the Contractor's expense.
1.12 ENGINEER'S DUTIES
A. Review the submittals and return with reasonable promptness.
i
Submittals 01 33 00-8 L ,
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
j
B.
Affix stamp, indicate approval, rejection, and the need for resubmittal.
C.
Distribute documents
1.13 FURNISH
THE FOLLOWING SUBMITTALS:
1.
Schedules, data and other documentation as described in detail in this section or
referenced in the General Conditions.
2.
Barricade Plans for Roadways and Concrete Trails
---.
3.
Safety Plan for Bypass Pumping near Concrete Trails
4.
Wet Weather Shutdown Plan
5.
Documentation required for the administration of the Contract.
6.
Submittals as required in the detailed specifications.
7.
Record data is required for the following items.
Division
1
General Requirements
01 3233
Photographic Documentation
01 5700
Temporary Controls
01 5730
Odor Control
01 7000
Execution and Closeout Requirements
Division
31
Earthwork
31 1300
Erosion and Sediment Controls
Division 33 Utilities
3301 30.16 Closed Circuit Television (CCTV) Inspection of Sewer Lines
3301 30.50 Cleaning of Sewer Lines
3301 30.76 Short Liners of Sanitary Sewer
33 01 40 Diversion Pumping
END OF SECTION
v Submittals 01 33 00-9
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
_u
01 35 00 CONSTRUCTION SEQUENCE
1.00 GENERAL
1.01 CONCEPTUAL CONSTRUCTION SEQUENCE
A. The following outlines a conceptual construction sequence only. This is considered optional
and is not intended to guide means and methods in any way but only to more clearly outline
project objectives. The following concept is also general to any one project location or
isolated area. Understanding the different and separate construction sites proposed in the
Construction Drawings, the following (or something similar) may require repetition to
construct improvements as proposed along the overall system. Contractor shall
independently schedule and sequence all tasks/activities as appropriate and necessary to
perform the work as required to complete the entire project within the specified allowable
contract time:
1. Obtain all necessary construction, access, and/or use permits that may include, but not
necessarily be limited to, the following.
a. Obtain tree removal permits and place protective fencing around vegetative areas
as required.
b. Coordinate work in flood plains with Flood Administrator for City of Lubbock, as
required.
c. Obtain access and driveway permits city or State agencies as appropriate.
d. Schedule all work during allowable working hours or obtain permit to work outside
normal working hours if/as required
2. Install stormwater pollution prevention/protection measures, including construction
entrances and exits
3. Install traffic control measures.
4. Coordinate with business owners adjacent to, serviced by, or affected by interceptor in
advance of starting rehabilitation work including mobilization and bypassing. Affected
business may include, but not necessarily be limited to, the following:
a. City of Lubbock Park's Department
b. American Wind Power Center
c. American Museum of Agriculture
d. Joyland Amusement Park
e. Lubbock Lake Historic Landmark
f. PYCO
g. City of Lubbock Wastewater Treatment Plant.
5. Prior to installing any plug(s) in the interceptor, install and test bypass pumping system
where required, including at all laterals and connections.
,
Construction Sequence 01 35 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
s
a. Bypass pumping placed adjacent to or across creeks may require special
consideration from the Flood Administrator for City of Lubbock.
b. Obtain any necessary shutdown permits and/or approvals before plug installation
6. Clean sewer pipe, manholes, and other features as prescribed in Construction Drawings.
Collect debris, and dispose of all collections from cleaning after obtaining necessary
collection, hauling, and/or disposal permits.
7. Prepare temporary facilities, manholes, manhole covers or other temporary installations
as necessary for use during construction, including necessary equipment or facilities to
accommodate wet weather shutdown. rill
a. When required by the City of Lubbock, due to impending wet weather and per the
Wet Weather Shutdown Plan, remove the bypass pumping system from all
manholes, replace and secure covers. Return the operation of the system back to
the City of Lubbock within 24 hours of notice provided by the City of Lubbock. -
b. Reinstate and test bypass pumping system prior to progressing with work.
Clean and repair surrounding areas and turf as work progresses, including restoring
manhole covers and repairing manholes promptly as work is completed on each section
of sewer main.
8. Complete closed circuit television and other specified inspection of sewer main after
cleaning, submitting results for review of Engineer and RPR.
9. Re -connect sewer laterals/mains.
10. Repair manholes damaged during construction process and cleanup surrounding areas.
11. Repair defects in any and all manholes within the project or as a result of work, as
required.
1.02 SEQUENCE REQUIREMENTS
A. Refer to the Construction Drawings for specific requirements, restrictions, and coordination at
specific locations.
B. Perform all work necessary to complete proposed improvements regardless of their inclusion
in or exclusion from the conceptual sequencing above.
C. Refer to Specification Section 00 21 16, Paragraph 13 for special sequencing requirements.
1.03 SHUT DOWNS AND PLANS OF ACTION
A. Any system shut downs shall be planned and scheduled with the RPR.
1. Submit a written plan of action for approval for shutting down essential services. These
include:
a. City of Lubbock Pipelines
b. Electrical power
c. Wet Weather Shutdown
Construction Sequence 01 35 00-2 j
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A , ,
d. Franchise Utilities
2. Describe the following in the Plan of Action:
a. Construction necessary
b. Utilities, piping, or services affected
c. Length of time the service or utility will be disturbed
d. Procedures to be used to carry out the work
e. Plan of Action to handle emergencies including Wet Weather Plan
f. Contingency plan that will be used if the original schedule cannot be met
3. Plan must be submitted to the RPR a minimum of two (2) weeks prior to beginning the
work and approved prior to execution.
1.04 CRITICAL OPERATIONS
A. Open cut installation, auger boring, and CIPP Installation shall only be allowed during normal
workinghours. Curing will be permitted beyond the normal working hours.
1. If lights are required for night work, the lights shall be directed away from adjacent homes
and businesses.
2. Minimize disturbances to businesses and homeowners.
3. Wet Weather Shutdown shall be required within being given 24 hours of notice by the
City of Lubbock. This plan requires the removal of the bypass pumping system from the
gravity sewers. The sewer system shall be closed and secured by means of replacing all
manholes or placing temporary lids on manholes as specified in the plans. Temporary
lids shall be located next to any open manhole for closure of the system within 24 hours.
The system will be returned to the City of Lubbock for an amount of required to allow the
wet weather flows to subside.
B. Submit a written plan of action for approval for Critical Operations.
1. Describe the following in the Plan of Action:
a. Construction necessary
b. Utilities, piping, or services affected
c. Length of time the service or utility will be disturbed
d. Procedures to be used to carry out the work
e. Plan of Action to handle emergencies
f. Contingency plan that will be used if the original schedule cannot be met
g. List of manpower, equipment, and ancillary supplies. Identify backups for key pieces
of equipment such as excavators and pumps and key personnel such as welders.
Construction Sequence 01 35 00-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
2. Plan must be submitted to the RPR a minimum of two (2) weeks prior to beginning the
work and approved prior to execution. '
C. Unless otherwise approved, work affecting "Critical Operations" shall to be performed on a
24-hour a day basis until Owner's normal operations have been restored.
D. Provide additional work force and equipment as required to complete the work affecting
"Critical Operations" within the allotted time.
E. Include the cost for work affecting "Critical Operations" in the contract proposal.
END OF SECTION 1j,
8
Construction Sequence 01 35 00-4
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
01 40 00 QUALITY REQUIREMENTS
1.00 GENERAL
1.01 CONTRACTOR'S RESPONSIBILITIES
A. Control the quality of the Work and verify that the Work meets the standards of quality
established in the Contract Documents.
1. Inspect the Work of the Contractor, Subcontractors and Suppliers. Correct defective
Work.
2. Inspect products and materials to be incorporated into the Project. Ensure that Suppliers
of raw materials, parts, components, assemblies, and other products have adequate
quality control system to ensure that quality products are produced. Provide only
products that comply with the Contract Documents.
3. Provide and pay for the services of an approved professional materials testing laboratory
acceptable to the Resident Project Representative (RPR) to insure that products
proposed for use fully comply with the Contract Documents.
4. Provide all facilities and calibrated equipment required for quality control tests.
5. Provide consumable construction materials of adequate quality to provide a finished
product that complies with the Contract Documents.
6. Perform tests as indicated in this and other sections of the specifications. Schedule the
time and sequence of testing with the RPR. All quality control testing is to be observed by
the RPR or designated representative.
7. Maintain complete inspection and testing records at the site and make them available to
RPR, Owner, and Engineer.
B. Designate a quality control manager before Work begins with authority to monitor the work
effectively and to prepare implement and enforce a Quality Management Plan as described in
paragraph 1.10.
C. Provide and pay for the services of an approved professional materials testing laboratory
acceptable to the RPR to insure that Work fully complies with the Contract Documents.
Provide services of a testing laboratory capable of performing a full range of testing
procedures complying with the standards for testing procedures specified. Provide personnel
certified to perform the test required. Obtain RPR's approval for the testing laboratory before
testing is performed. All certified test results shall be delivered to the RPR.
D. Should requirements of this Section of the specification conflict with the requirements of the
technical specifications, the technical specifications shall govern.
1.02 QUALITY ASSURANCE ACTIVITIES BY THE OWNER
A. Owner and RPR may perform their own quality assurance test independent of the
Contractor's Quality Control Program or as otherwise described in the Contract Documents.
Provide labor, materials, tools, equipment, and related items for testing by the RPR including,
but not limited to temporary construction required for testing and operation of new and
existing utilities. Assist the RPR, Owner, Engineer, and testing organizations in performing
quality assurance activities.
1. Provide access to the Work and to the Supplier's operations at all times Work is in
progress.
2. Cooperate fully in the performance of sampling, inspection, and testing.
3. Furnish labor and facilities to:
a. Provide access to the work to be tested.
b. Obtain and handle samples for testing at the project site or at the source of the
product to be tested.
c. Provide calibrate scales and measuring devices for the RPR's use.
Quality Requirements 01 40 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
d. Facilitate inspections and tests.
e. Provide adequate lighting to allow RPR observations.
f. Store and cure test samples.
4. Furnish copies of the tests performed on materials and products.
5. Provide adequate quantities of representative product to be tested to the laboratory at the
designated location.
6. Give the RPR adequate notice before proceeding with work that would interfere with
testing.
7. Notify the RPR and the testing laboratory prior to the time that testing is required. Lead
time is to be adequate to allow arrangements to be made for testing.
8. Do not proceed with any work until testing services have been performed and results of
tests indicate that the work is acceptable.
9. Provide complete access to the Site and make Contract Documents available.
10. Provide personnel and equipment needed to perform sampling or to assist in making the
field tests.
11. Quality assurance testing performed by the RPR will be paid for by the Owner, except for
verification testing performed by the RPR, which shall be paid for by the Contractor as
described in Paragraph 1.06.
B. Quality assurance activities of the RPR, Owner, or Engineer through their own forces or
through contracts with materials testing laboratories and survey crews are for the purpose of
monitoring the results of the Contractor's work to see that it is in compliance with the
requirements of the Contract Documents.
C. Quality assurance activities of the RPR, Owner and Engineer or non-performance of quality
assurance activities:
1. Do not relieve the Contractor of its responsibility to perform Work and furnish materials
and products and constructed Work conforming to the requirements of the Contract
Documents.
2. Do not relieve the Contractor of its responsibility for providing adequate quality control
measures.
3. Do not relieve the Contractor of responsibility for damage to or loss of the material,
product or Work before RPR's acceptance.
4. Do not constitute or imply RPR's acceptance.
5. Do not affect the continuing rights of the Owner after RPR's acceptance of the completed
Work.
D. The presence or absence of the Owner's Resident Project Representative or Engineer does
not relieve the Contractor from any contract requirement, nor is the Owner's Resident Project
Representative or Engineer authorized to change any term or condition of the Contract
Documents without the Owner's written authorization in a Field Order or Change Order.
E. Failure on the part of the RPR, Owner, or Engineer to perform or test products or constructed
works in no way relieves the Contractor of the obligation to perform work and furnish
materials conforming to the Contract Documents.
F. All materials and products are subject to Owner's quality assurance observations or testing at
any time during preparation or use. Material or products which have been tested or observed
or approved by Owner at a supply source or staging area may be re -observed or re -tested by
Owner before or during or after incorporation into the Work, and rejected if they do not
comply with the Contract Documents.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00, SUBMITTALS, and shall include:
1. A written Quality Management Plan that establishes the methods of assuring compliance I_1
with the Contract Documents. Submit this program as Record Data
Quality Requirements 01 40 00-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
I
2. A Statement of Qualification for the proposed testing laboratory. The statement of
qualifications is to include a list of the engineers and technical staff that will provide
testing services on the Project, descriptions of the qualifications of these individuals, list
of tests that can be performed, equipment used with date of last certification and a list of
recent projects for which testing has been performed with references for those projects.
3. Test reports per Paragraph 1.07, TEST REPORTS of this specification. Reports are to
certify that products or constructed Works are in full compliance with the Contract
Documents or indicate that they are not in compliance and describe how they are not in
compliance.
4. Provide Certified Test Reports on materials or products to be incorporated into the
Project. Reports are to indicate that material or products are in full compliance with the
Contract Documents or indicate that they are not in compliance and describe how they
are not in compliance.
1.04 STANDARDS
A. Provide a testing laboratory that complies with the ACIL (American Council of Independent
Laboratories) "Recommended Requirements for Independent Laboratory Qualifications".
B. Perform testing per recognized test procedures as listed in the various sections of the
specifications, standards of the State Department of Highways and Public Transportation,
American Society of Testing Materials (ASTM), or other testing associations. Perform tests in
accordance with published procedures for testing issued by these organizations.
1.05 DELIVERY AND STORAGE
Handle and protect test specimens of products and construction materials at the Site in
accordance with recognized test procedures.
1.06 VERIFICATION TESTING
A. Provide verification testing when tests indicate that materials or the results of construction
activities are not in conformance with Contract Documents.
B. Verification testing is to be provided at the Contractor's expense to verify products or
constructed works are in compliance after corrections have been made.
C. Tests must comply with recognized methods or with methods recommended by the testing
laboratory and approved by the Engineer.
1.07 TEST REPORTS
4
A. Test reports are to be prepared for all tests.
1. Tests performed by testing laboratories may be submitted on their standard test report
forms. These reports must include the following:
a. Name of the Owner, project title and number and general contractor.
- ? b. Name of the laboratory, address, and telephone number.
c. Name and signature of the laboratory personnel performing the test.
d. Description of the product being sampled or tested.
e. Date and time of sampling, inspection, and testing.
f. Date the report was issued.
g. Description of the test performed.
h. Weather conditions and temperature at time of test or sampling.
i. Location at the site or structure where the test was taken.
j. Standard or test procedure used in making the test.
k. A description of the results of the test.
I. Statement of compliance or non-compliance with the Contract Documents.
m. Interpretations of test results, if appropriate.
t
Quality Requirements 01 40 00-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
2. Submit reports on tests performed by Contractor or his suppliers or vendors in the
Contractor's standard format, as approved by RPR.
B. Distribute copies of the test reports to the RPR within 24 hours of completing the test. Flag
tests reports with results that do not comply with Contract Documents for immediate
attention. Hard copies of test reports are to be distributed to individuals designated at the pre -
construction conference:
Recipient
No. of Copies
Owner
2
Resident Project Representative
1
Engineer
1
Contractor
1
C. Payment for Work subject to testing may be withheld until the Contractor's quality control test
reports of the Work are submitted to the Owner's Resident Representative.
1.08 NON -CONFORMING WORK
A. Immediately correct any Work that is not in compliance with the Contract Documents or
submit a written explanation of why the Work is not to be corrected immediately and when
corrective to the Work will be performed.
B. Payment for non -conforming Work shall be withheld until Work is brought into compliance
with the Contract Documents.
1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY
A. The testing laboratory representatives are limited to providing consultation on the test
performed and in an advisory capacity.
B. The testing laboratory is not authorized to:
1. Alter the requirements of the Contract Documents.
2. Accept or reject any portion of the Work.
3. Perform any of the duties of the Contractor.
4. Stop the work.
1.10 QUALITY CONTROL PLAN
A. Submit Contractor's Quality Control Plan that identifies personnel, procedures, control,
instructions, tests, records, and forms to be used. Construction will be permitted to begin only
after acceptance of the Quality Control Plan or acceptance of an interim plan applicable to
the particular feature of work to be started. Work outside of the features of work included in
an accepted interim plan will not be permitted to begin until acceptance of a Quality Control
Plan or another interim plan containing the additional features of work to be started.
B. Content of the Quality Control Plan. The Quality Control Plan shall include, as a minimum,
the following to address all construction operations, both onsite and offsite, including work by
Subcontractors and Suppliers:
1. A description of the quality control organization, including a chart showing lines of
authority and acknowledgement that the quality control staff shall implement the quality
control program for all aspects of the Work specified.
2. The name, qualifications (in resume format), duties, responsibilities, and authorities of
each person assigned a quality control function.
3. A copy of the letter to the Quality Control Manager signed by an authorized official of the
firm which describes the responsibilities and delegates sufficient authorities to adequately
perform the functions of the Quality Control Manager, including authority to stop work
which does not comply with the Contract Documents or will result in Work that does not
Quality Requirements 01 40 00-4
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
rt
comply with the Contract Documents. The Quality Control Manager shall issue letters of
direction to all other various quality control representatives outlining duties, authorities,
and responsibilities. Copies of these letters shall also be furnished to the RPR.
4.
Procedures for scheduling, reviewing, certifying, and managing submittals, including
those of Subcontractors and Suppliers.
5.
Control, verification, and acceptance testing procedures for each specific test to include
the test name, specification paragraph requiring test, feature of work to be tested, test
frequency, person responsible for each test, applicable industry testing standards and
laboratory facilities to be used for the test.
6.
Procedures for tracking phases of quality control, verification, and acceptance tests
including documentation.
( 7.
Procedures for tracking construction deficiencies from identification through acceptable
corrective action. Indicate how verification that identified deficiencies have been
corrected is to be documented.
8.
Reporting procedures, including proposed reporting formats
9.
The name of the proposed testing laboratory along with documentation of qualifications, a
list of tests that can be performed, and a list of recent projects for which testing has been
performed with references from those projects.
C. Notification of Changes. After submittal of the Quality Control Plan, the Contractor shall notify
the RPR in writing of any proposed changes.
D. Coordination Meeting. After the Pre -construction Meeting and before start of construction, the
Contractor shall meet with the RPR, Owner, and Engineer to discuss the Contractor's Quality
Control Plan. The Quality Control Plan shall be submitted a minimum of fourteen (14)
calendar days prior to the Coordination Meeting. During the meeting, a mutual understanding
of the system details shall be developed, including the forms for recording the Quality Control
operations, testing, administration of the system for both onsite and offsite work, and the
interrelationship of Contractor's management and control with the Owner's Quality
Assurance. Revise the Quality Management Plan to reflect comments and recommended
changes resulting from this meeting.
2.00 PRODUCTS
2.11 TESTING APPARATUS
A. Furnish testing apparatus and related accessories necessary to perform the tests.
3.00 EXECUTION
3.01 QUALITY CONTROL PROGRAM
A. Perform quality control observations and testing as required in each section of the
specifications and where indicated on the drawings.
Provide a quality control program that includes the following phases for each definable Work
task. A definable Work task one which is separate and distinct from other tasks, has separate
control requirements, may be provided by different trades or disciplines, or may be work by
the same trade in a different environment.
1. Planning Phase. Perform the following before beginning each definable Work task:
a. Review the contract drawings.
b. Review submittals and determine that they are complete in accordance with the
Contract Documents.
c. Check to assure that all materials and/or equipment have been tested, submitted,
and approved.
._ d. Examine the work area to assure that all required preliminary work has been
completed and is in compliance with the Contract Documents.
Quality Requirements 01 40 00-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
e.
Examine required materials, equipment, and sample work to assure that they are on
hand, conform to submittals, and are properly stored.
f.
Review requirements for quality control inspection and testing.
g.
Discuss procedures for controlling quality of the work. Document construction
t
tolerances and workmanship standards for the Work task.
h.
Check that the portion of the plan for the Work to be performed incorporates
submittal comments.
i.
Discuss results of planning with the RPR. Conduct a meeting attended by the quality
}
control manager, the RPR, superintendent, other quality control personnel as
applicable, and the foreman responsible for the Work task. Instruct applicable
workers as to the acceptable level of workmanship required in order to meet the
requirements of the Contract Documents. Document the results of the preparatory
phase actions by separate meeting minutes prepared by the quality control manager
and attached to the quality control report.
j.
Do not move to the next phase unless results of investigations required for the
planning phase indicate that requirements have been met.
2. Work Phase. Complete this phase after the Planning Phase:
a.
Notify the RPR at least 24 hours in advance of beginning the Work and discuss the
review of the planning effort to indicate that requirements have been met.
b.
Check the Work to ensure that it is in full compliance with the Contract Documents.
c.
Verify adequacy of controls to ensure full compliance with Contract Documents.
Verify required control inspection and testing is performed.
d.
Verify that established levels of workmanship meet acceptable workmanship
standards. Compare with required sample panels as appropriate.
e.
Repeat the initial phase for each new crew to work onsite, or any time acceptable
specified quality standards are not being met.
3. Follow-up
Phase. Perform daily checks to assure control activities, including control
testing, are providing continued compliance with contract requirements:
a.
Make checks daily and record observations in the quality control documentation.
b.
Conduct follow-up checks to correct all deficiencies prior to the start of additional
Work tasks that may be affected by the defective Work. Do not build upon nor
conceal non -conforming work.
c.
Conduct a review of the Work one month prior to the expiration of the correction
period prescribed in the General Conditions with the RPR, and Owner. Correct
defects noted during the review.
r I
B. Conduct additional planning and review if:
1. The quality of on -going work is unacceptable
2. Changes are made in applicable quality control staff, onsite production supervision or
work crew
3. Work on a task is resumed after a substantial period of inactivity
4. Other quality problems develop.
3.02 CAST -IN -PLACE CONCRETE TESTING
A. Test cast -in -place concrete in accordance with Section 03 01 35 CAST -IN -PLACE
CONCRETE.
3.03 PROTECTIVE COATINGS
A. Test manhole coating systems per Section 33 05 13.75, MANHOLE COATING SYSTEMS.
3.04 LEAKAGE TESTS FOR STRUCTURES
A. Test structures that will contain water on a full time or intermittent basis for leaks. Perform
tests prior to installing equipment or materials within the structure. In the event that the
Quality Requirements 01 40 00-6
City of Lubbock J
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A k
i
structure fails to pass the test, drain the structure, repair the leaks, re -fill, and re -test the
structure. Repeat tests until the structure passes the test. The RPR may repeat the test at
any time during the correction period established in the General Conditions.
B. Test the structure for leakage using the following procedure:
1. Determine the evaporation allowance for loss of water.
a. Use a standard circular pan procedure established by the U.S. Weather Bureau to
measure evaporation rate.
b. Calculate evaporation allowance by multiplying the evaporation rate in gallons per 24
hours per square foot of surface are by the open surface area of the water in the
structure.
2. Calculate the allowable leakage for the structure. Allowable leakage is calculated as 0.03
gallons per square foot of concrete area in contact with the water per 24 hours.
3. Fill the structure to the overflow level with water at a rate not to exceed 2 feet per hour.
4. Allow the structure to set for three (3) days.
5. Observe the perimeter of the structure and identify all leaks.
6. Repair structure walls and floors where leaks have been identified.
7. Mark the water level at the structure wall. Measure the fall in water level over a 24-hour
period to the nearest 1/8" at least twice a day to determine the quantity of water lost.
Provide a stilling well for measurement if required to allow accurate measurement.
8. Calculate the amount of water lost during this time period.
9. Compare the amount of water lost to the allowable loss.
C. Drain the structure, determine the sources of leakage and repair if the amount of water lost
exceeds the allowable leakage plus the evaporation allowance.
3.05 PIPING SYSTEMS
A. TEST REQUIREMENTS
1. Perform test on piping systems including piping installed between or connected to
existing pipe.
2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely
backfilled. If field conditions permit and if approved by the Engineer, partially backfill the
trench and leave the joints open for inspection and conducting of the initial service leak
test. Do not conduct the acceptance test until backfilling is complete.
3. Pneumatically test the buried piping and expose joints of the buried piping for the
acceptance test.
4. Conduct the test on exposed piping after the piping is completely installed, including
supports, hangers, and anchors, but prior to insulation and coating application.
5. Do not perform testing on pipe with concrete thrust blocking until the concrete has cured
at least five (5) days.
6. Determine and remedy the cause of the excessive leakage for any pipe failing to meet
the specified requirements for water or air tightness.
7. Tests must be successfully completed and reports filed before piping is accepted.
8. Submit a comprehensive plan and schedule for testing to the Engineer for review at least
10 days prior to starting each type of testing.
9. Remove and dispose of temporary blocking material and equipment after completion and
acceptance of the piping test.
10. Repair any damage to the pipe coating.
11. Clean pipelines so they are totally free flowing prior to final acceptance.
12. Test piping independently from tests on structures.
13. Test method and test pressure depend upon the application of the piping.
a. Pressure pipe is defined as piping that is part of a pumped or pressurized system.
Perform test for pressure pipe per the procedures indicated in Paragraph B of this
section.
Quality Requirements 01 40 00-7
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
b. Gravity pipe is defined as piping that depends upon the force of gravity for flow
through the pipe, with the exception of process piping described inparagraph d. '
9 PP � P P PP 9
Perform test for gravity pipe per the procedures indicated in Paragraph C, D, or E of
this section.
c. Chemical processing lines are to be tested as pressure pipe regardless of the j
operating conditions. The test pressure is to be 1.5 times the pressure rating of the
pipe.
d. Process piping between hydraulic structures is to be considered as pressure pipe.
Perform the test for this pipe per Paragraph B of this section. The test pressure is to
be the maximum hydrostatic head plus 10'. The maximum hydrostatic head is the
difference in elevation of the pipe at it lowest point and the maximum top of the wall
B. HYDROSTATIC LEAK TEST -GRAVITY FLOW SEWER LINES
1. Perform hydrostatic leak tests after backfilling.
2. The length of the pipe to be tested shall be such that the head over the crown of the
upstream end is not less than 2' or 2' above the ground water level whichever is higher
and the head over the downstream crown is not more than 6'.
3. Plug the pipe by pneumatic bags or mechanical plugs so that the air can be released
from the pipe while it is being filled with water.
4. Continue the test for one hour and make provisions for measuring the amount of water
required to maintain the water at a constant level during this period.
5. Remove the jointing material, and remake the joint if any joint shows any visible leakage
or infiltration.
6. Remove and replace any defective or broken pipes.
7. Determine the maximum allowable leakage or infiltration by the following formula:
L= C D S
26,720
Equation
Term
Represents
Measure
L
Maximum allowable leakage
qallons per hour
S
Length of pipe tested
feet
D
Nominal diameter of the pipe
inches
Infiltration / exfiltration rate
C
Use 50 for C outside of 25 year flood lain.
Use 10 for C within 25 year flood lain.
8. Determine the rates of infiltration by means of V-Notch weirs, pipe spigot, or plugs in the
end of the pipe. Methods, times, and locations are subject to the Engineer's approval.
9. Pipe with visible leaks or infiltration or exceeds the maximum allowable leakage or
infiltration is considered defective and must be corrected.
C. LOW PRESSURE AIR TEST- GRAVITY FLOW SEWER LINES
1. Use air test in lieu of the hydrostatic test if desired, or if pipeline grades do not allow filling
the entire pipeline segment or manhole to the indicated depth.
2. Perform low-pressure air tests, using equipment specifically designed and manufactured
for the purpose of testing sewer pipelines using low-pressure air. Test is to conform to
procedure described in ASTM F-1417 except for testing times. The following test times
are required:
Quality Requirements 01 40 00-8
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
Pipe Diameter
(inches)
Minimum Time
(seconds)
Length for
Minimum Time
feet
Time for
Long Length
seconds
6
340
398
0.855 L
8
454
298
1.520 L
10
567
239
2.374 L
12
680
199
3.419 L
15
850
159
5.342 L
18
1020
133
7.693 L
21
1190
114
10.471 L
24
1360
100
13.676 L
27
1530
88
17.309 L
30
1700
80
21.369 L
33
1870
72
25.856 L
a. Provide the equipment with an air regulator valve or air safety valve set to an internal
air pressure in the pipeline that cannot exceed 6 psig.
b. Pass air through a single control panel.
c. Provide pneumatic plugs that have a sealing length equal to or greater than the
circumference of the pipe to be tested.
d. Provide pneumatic plugs that resist internal test pressures without requiring external
bracing or blocking.
e. Provide an air compressor of adequate capacity for charging the system.
3. Perform air test only on lines less than 36" diameter. Air tests for pipes larger than 36"
may be air tested at each joint.
4. Check connections for leakage with a soap solution. Release the air pressure, repair the
leak, and retest with soap solution until results are satisfactory, before resuming air test if
leaks are found,.
5. Determine the shortest allowable time for the pressure to drop from 3.5 pounds per
square inch to 2.5 pounds per square inch by the following formula:
T = 0.0850 DK/Q
Equation
Represents
Measure
Term
T
Time for the pressure to drop 1.0
seconds
pound per square inch gauge
K
Factor equal to 0.000419DL, but not less than 1.0
D
Average inside diameter of the
inches
pipe
L
Length of line of the same pipe
feet
size
Q
Rate of loss. Use 0.0015 cubic feet per minute per square foot of
internal surface
D. MANHOLE TESTING
Test manholes for leakage separately and independently of the wastewater lines by
hydrostatic exfiltration testing, vacuum testing or other approved methods acceptable to
TCEQ. Test manholes after installation with all connections (existing and/or proposed) in
place. Plug lift holes with an approved non -shrink grout prior to testing. Install drop -
connections and gas sealing connections prior to testing.
Quality Requirements 01 40 00-9
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
l
1. Hydrostatic Test - Make manhole watertight and re -test if the manhole fails the leakage
test. The maximum leakage for hydrostatic testing is 0.025 gallons per foot diameter per
foot of manhole depth per hour. Prepare for hydrostatic exfiltration testing by sealing all
wastewater lines coming into the manhole with an internal pipe plug, then fill the manhole
with water and maintain full for at least one hour. With concrete manholes a period of 24
hours prior to testing may be used in order to allow saturation of the concrete.
2. Vacuum Test — Temporarily plug lines entering the manhole with the plugs braced to
l
prevent them from being drawn into the manhole. Install plugs in the lines beyond drop -
connections, gas sealing connections, etc. Place the test head inside the frame at the top
of the manhole and inflate in accordance with the manufacturer's recommendations.
Draw a vacuum of 10 inches of mercury, then turn off the vacuum pump. Read the level
of vacuum after the required test time with the valve closed. The manhole will pass the
test if the drop in the level is less than 1 inch of mercury (final vacuum greater than 9
inches of mercury). The required test time for 48", 60", and 72" manholes with depths up
171
to 30 feet is one minute -thirty seconds. Test times for manholes of greater size and
depths will be determined by the Engineer.
3. Manhole Repairs — Manholes will be accepted in accordance with the criteria above.
Repair any manhole which fails the initial test with non -shrink grout or other suitable
�^T
material as determine for the material from which the manhole is constructed. Retest the
manhole as described above until a successful test is achieved. Remove all temporary
plugs and grout after a successful test.
END OF SECTION
1
Quality Requirements 01 40 00-10�
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A i
01 45 23 TESTING AND INSPECTION SERVICES
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality Assurance
testing.
1) If the first Quality Assurance test performed by the City fails, the Contractor
is responsible for payment of subsequent Quality Assurance testing until a
passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify the Resident
Project Representative (RPR), sufficiently in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify the RPR,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Upload test reports to designated project directory and notify the RPR via
email of submittal posting.
2) Hard Copies
a) 1 copy for all submittals submitted to the RPR
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to the RPR
4. Provide the City's RPR with trip tickets for each delivered load of Concrete or Lime
material including the following information:
a. Name of pit
b. Date of delivery
Testing and Inspection Services 01 45 23-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor System Rehabilitation — Phase 1A
c. Material delivered ,
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
END OF SECTION
Testing and Inspection Services 01 45 23-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor System Rehabilitation — Phase 1A
(l
01 50 00 TEMPORARY SANITARY FACILITIES
1.00 GENERAL
1.01 WORK INCLUDED
A. Contractor may elect to furnish temporary sanitary facilities needed to complete the work.
1.02 DELIVERY AND STORAGE
A. Arrange transportation, loading, and handling of temporary sanitary facilities.
1.03 JOB CONDITIONS
A. Locate temporary sanitary facilities at the job site as indicated or as approved by the Owner.
B. Pay for the temporary sanitary facilities used during construction.
C. Do not remove temporary sanitary facilities until they are no longer needed.
D. Operate temporary sanitary facilities in a safe and efficient manner.
1. Do not overload temporary services or facilities.
2. Do not let temporary services or facilities interfere with the progress of the work.
3. Do not allow unsanitary conditions, public nuisance, or hazardous conditions to develop
or exist at the site.
2.00 PRODUCTS
2.01 TEMPORARY SANITARY FACILITIES
A. Provide sanitary facilities at the job site from the Notice to Proceed until project conclusion.
Maintain these facilities in a clean and sanitary condition at all times, and comply with the
requirements of the local health authority. On large sites, provide portable toilets at such
locations that no point in the work -site shall be more than 600' from a toilet.
B. Use these sanitary facilities. Do not use rest rooms within existing or Owner - occupied
buildings.
3.00 EXECUTION
3.01 LOCATION OF TEMPORARY FACILITIES
A. Locate all temporary sanitary facilities in an area that will not interfere with any Work to be
performed under this contract.
3.02 REMOVAL OF TEMPORARY FACILITIES
A. Remove temporary sanitary facilities at the conclusion of the project and restore the site to
original condition or finished in accordance with the drawings.
END OF SECTION
u Temporary Sanitary Facilities 01 50 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
01 57 00 TEMPORARY CONTROLS
1.00 GENERAL
1.01 WORK INCLUDED
A. Provide labor, materials, equipment and incidentals necessary to construct temporary
facilities to provide and maintain control over environmental conditions at the Site. Remove
temporary facilities when no longer needed.
B. Construct temporary impounding works, channels, diversions, furnishing and operation of
pumps, installing piping and fittings, and other construction for control of conditions at the
Site. Remove temporary controls at the end of the Project.
C. Provide a Storm Water Pollution Prevention Plan in accordance with TCEQ General Permit
TXR150000, file required legal notices and obtain required permits prior to beginning any
construction activity.
D. Provide labor, materials, equipment, and incidentals necessary to prevent storm water
pollution for the duration of the Project. Provide and maintain erosion and sediment control
structures as required to preventive sediment and other pollutants from the Site from entering
any storm water system, including open channels. Remove pollution control structures when
no longer required to prevent storm water pollution.
1.02 QUALITY ASSURANCE
A. Construct storm water pollution prevention measures prior to the beginning of construction
and maintain these during construction until final stabilization has been achieved for the area
protected.
B. Plan and conduct all land -disturbing activities to minimize the area to be exposed at any one
time. Minimize the time of exposure, off -site erosion, sedimentation, and adverse water
quality impacts.
C. Manage surface water runoff originating upgrade of an exposed area to minimize erosion and
sediment loss during the period of exposure.
D. Install measures to control both the velocity and rate of release so as to minimize erosion and
sedimentation of the receiving water body (i.e., ditch, channel, stream) in accordance with
regulatory requirements and as directed by the Owner, or the Engineer.
E. Periodically clean out and dispose of all sediment and other pollutants as necessary to
maintain the treatment capacity of each pollution control feature. Clean out and properly
_ dispose of all sediment and other storm water pollutants at the time of completion of the
Work.
1.03 SUBMITTALS
A. Provide copies of notices, records and reports required by Paragraph 1.05 as Record Data in
accordance with Section 01 33 00, SUBMITTALS.
1.04 STANDARDS
A. Provide a storm water pollution prevention plan that complies with Local, State, and Federal
requirements. Comply with all requirements of the Texas Commission on Environmental
Quality General Permit (TXR150000) for storm water discharges from construction activities
under the Texas Pollutant Discharge Elimination System (TPDES) program.
B. Perform Work to comply with "Best Practice" as established by the North Central Texas
Council Of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design
t_. Manual for Construction or the local agency of jurisdiction.
j_ Temporary Controls 01 57 00-1
City of Lubbock
I Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
1.05 PERMITS C~
A. Submit a copy of the Construction Site Notice to the Operator of any Municipal Separate
Storm Sewer System (MS4) receiving construction site discharge prior to beginning
construction activity.
B. Post a copy of the Construction Site Notice at the construction site in a location where it is
readily available for viewing by the general public and Local, State, and Federal authorities '
prior to starting construction activities and maintain the posting until completion of the
construction activities.
C. Maintain copies of a schedule of major construction activities, inspection reports, and revision ?
documentation with the storm water pollution prevention plan (SWPPP) required under the
TPDES General Permit (TXR150000) for Storm Water Discharges from Construction
Activities for all projects. VIC,
1.06 POLLUTION CONTROL
A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious
substances from construction operations. Provide adequate measures to prevent the creation
of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not
dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow
noxious liquids to contaminate public waterways in any manner.
B. Sewage Spill: Provide equipment and personnel and perform emergency measures
necessary to contain any spillage.
C. Sewage Spill: In the event of accidental spill or overflow, immediately stop the overflow and
take action to clean up and disinfect spillage. Promptly notify Engineer so that required
reporting can be made to the Texas Commission on Environmental Quality and the U.S.
Environmental Protection Agency.
D. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at
off -Site locations in an acceptable manner.
E. Excavate contaminated soil and dispose at an off -Site location if contamination of the soil
does occur. Fill resulting excavations with suitable backfill and compact to the density of the
surrounding undisturbed soil.
F. Provide documentation to the Owner which states the nature and strength of the
contaminant, method of disposal, and the location of the disposal Site.
G. Comply with local, State and Federal regulations regarding the disposal of pollutants.
H. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or
sludge -contaminated soil is considered contaminated. Contaminated water must not be
allowed to enter streams or water courses, leave the Site in a non -contained form or enter
non -contaminated areas of the Site.
I. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or
discharge to areas on the interior of the Site, as designated by the Engineer.
J. Construct temporary earthen dikes or take other precautions and measures as required to
contain the contaminated water and pump to a designated storage area.
K. Wash any equipment used for handling contaminated water or soil within contaminated areas
three times with uncontaminated water prior to using such equipment in an uncontaminated
area. Dispose of wash water used to wash such equipment as contaminated water.
1.07 EARTH CONTROL
Temporary Controls 01 57 00-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A r
A. Remove excess soil, spoil materials and other earth not required for backfill at the time of
generation within four weeks of completing excavation Work. Control stock pile material to
eliminate interference with Contractor and Owner's operations.
B. Dispose of excess earth off the Site. Pay cost for disposal unless otherwise noted. Provide
written approval by the property owner for all disposal on private property, and approval by
the Owner if such disposal affects the use of Site or other easements.
1.08 MAINTENANCE OF WATER
A. Manage water resulting from rains or ground water at the site. Maintain trenches and
excavations free of water at all times. Provide and maintain pumps as necessary to remove
excess water. Direct water away from the site to prevent damage to surrounding property.
B. Maintain standby equipment to provide proper and continuous operation for water
management. Monitor the operation on a 24-hour basis to provide continuous operation.
C. Ensure that water drainage does not damage adjacent property. The Contractor shall be
responsible for the discharge of water from the site.
2.00 PRODUCTS
2.01 MATERIALS
A. Provide materials meeting regulatory requirements.
3.00 EXECUTION
3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS
A. Construct temporary controls in accordance with regulatory requirements.
B. Maintain controls in accordance with regulatory requirements were applicable, or in
accordance with the requirements of the Contract Documents.
C. Remove temporary control when no longer required, but before the Project is complete.
Correct any damage or pollution that occurs as the result of removing controls before the
point where they are no longer required.
END OF SECTION
Temporary Controls 01 57 00-3
City of Lubbock
�- Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
SECTION 01 57 13 STORM WATER POLLUTION PREVENTION
PART1 GENERAL
1.01 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Adhere to all requirements set forth in the City of Lubbock Standards Specifications
for Water Main Construction.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 — General Requirements
3. Section 31 13 00 — Erosion and Sediment Control
1.02 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various
Items bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 01
2900.
1.03 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
B. Reference Standards
Storm Water Pollution Prevention
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
01 57 13-1
1 . }
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of
this Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.04 ADMINISTRATIVE REQUIREMENTS ".
A. General
1. Contractor is responsible for resolution and payment of any fines issued
associated with compliance to Stormwater Pollution Prevention Plan.
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31
13 00 and Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General
Construction Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general
permit TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City
Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 13 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General
Construction Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
Storm Water Pollution Prevention 01 57 13-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
1)
Prepare a TCEQ NOI form and submit to TCEQ along with
required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and
Public Works, Environmental Division, (817) 392-
6088.
2)
TCEQ Notice of Change required if making changes or
updates to NOI
3)
Provide erosion and sediment control in accordance with:
a) Section 31 13 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4)
Once the project has been completed and all the closeout
requirements of TCEQ have been met a TCEQ Notice of
Termination can be submitted.
a) Send copy to City Department of Transportation and
Public Works, Environmental Division, (817) 392-
r
6088.
1.05 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP
to the City as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City
Department of Transportation and Public Works,
Environmental Division for review
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the
City in accordance with Section 01 33 00.
END OF SECTION
Storm Water Pollution Prevention 01 57 13-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
--'
01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS
1.00 GENERAL
1.01 WORK INCLUDED
Comply with requirements of the General Conditions and specified administrative procedures in
closing out the Construction Contract.
1.02 SUBMITTALS
Submit affidavits and releases on forms shown in Section 01 31 13.13, FORMS.
1.03 SUBSTANTIAL COMPLETION
A. Submit written notification that the work or designated portion of the work is substantially
complete to the Resident Project Representative (RPR) when the work is considered to be
substantially complete per the General Conditions. Include a list of the items remaining to be
completed or corrected before the project will be considered to be complete.
B. RPR shall visit the project site to observe the work within a reasonable time after notification is
received to determine the status of completion.
C. RPR shall issue notification to the Contractor that the work is either substantially complete or
that additional work must be performed before the project may be considered substantially
complete.
1. RPR shall notify the Contractor in writing of items that must be completed before the project
can be considered substantially complete.
a. Correct the noted deficiencies in the work.
b. Issue a second written notice with a revised list of deficiencies when work has been
completed.
c. RPR and Engineer shall revisit the site and the procedure shall begin again.
2. RPR shall issue a tentative Certificate of Substantial Completion to the Owner when the
project is considered to be substantially complete. Certificate shall include a tentative list of
items to be corrected before final payment.
a. Owner will review and revise the list of items and notify the RPR of any objections or
other items that are to be included in the list.
b. RPR shall prepare and send to the Contractor a definite Certificate of Substantial
Completion with a revised tentative list of items to be corrected or completed.
c. Review the list and notify the RPR in writing of any objections within 10 days of receipt
of Certificate of Substantial Completion.
1.04 FINAL INSPECTION
A. Submit written request for final inspection when the project is complete and:
1. Contract Documents have been reviewed.
2. Work has been completed in compliance with the Contract Documents.
3. Equipment and systems have been tested per Contract Documents and are fully
operational.
4. Final Operations and Maintenance Manuals have been provided to the Owner and all
operators training has been completed.
5. Specified spare parts and special tools have been provided.
6. Work is complete and ready for final inspection.
B. RPR and Engineer shall make an inspection with the Owner and appropriate regulatory
agencies to determine the status of completeness within a reasonable time after the receipt of
the Certificate.
LExecution and Closeout Requirements 01 70 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
C. RPR shall issue notice that the project is complete or notify the Contractor that work is not
complete or is defective.
1. Submit the request for final payment with Closeout submittals described in Paragraph 1.07 if
notified that the project is complete and the work is acceptable.
2. Upon receipt of notification that work is incomplete or defective, take immediate steps to
remedy the stated deficiencies. Send a second certification to the RPR when work has been ,
completed or corrected.
3. RPR and Engineer shall re -visit the site and the procedure will begin again.
1.05 RE -INSPECTION FEES
A. Pay fees to the Owner to compensate the RPR and Engineer for re -inspection of the work
required by the failure of the work to comply with the claims of status of completion made by the
Contractor.
B. Owner may withhold the amount of these fees from the Contractor's final payment.
C. Cost for additional inspections will be billed to the Owner by the RPR and Engineer for the actual
hours required for the inspection and preparation of related reports in accordance with the rates
in the Supplemental and/or Special Conditions
1.06 CLOSEOUT SUBMITTALS TO THE ENGINEER
A. Record Drawings per Section 01 31 13, PROJECT COORDINATION.
B. Keys and keying schedule.
C. Warranties and bonds.
D. Evidence of payment or release of liens on the form indicated in Section 01 31 13.13, FORMS
and as required by the General Conditions.
E. Releases from property owners of land outside the easement which were used by the
Contractor.
F. Consent from Surety to Final Payment.
G. Equipment installation reports on equipment.
H. Shop drawings, record data, Operations and Maintenance Manuals, and other submittals as
required by the Contract Documents.
I. Specified spare parts and special tools.
J. Certificates of Occupancy, operating certificates, or other similar releases required to allow the
Owner unrestricted use of the work and access to services and utilities.
K. Evidence of final, continuing insurance, and bond coverage as required by the Contract
Documents.
1.07 FINAL PAYMENT REQUEST
A. Submit a preliminary final payment request. This request is to include adjustments to the
Contract Amount for:
1. Approved Change Orders
2. Allowances not previously adjusted by Change Order
3. Unit prices
4. Deductions for defective work that has been accepted by the Owner
5. Penalties and bonuses
6. Deductions for liquidated damages
7. Deductions for re -inspection payments per Paragraph 1.05
8. Other adjustments
Execution and Closeout Requirements
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
i
01 70 00-2 1__1
B. Engineer shall prepare a final Change Order, reflecting the approved adjustments to the contract
amount which have not been covered by previously approved Change Orders.
C. Submit the final Application for Payment per the General Conditions, including the final Change
Order.
1.08 TRANSFER OF UTILITIES
A. Transfer utilities to the Owner when the Substantial Completion has been issued, final cleaning
has been completed and the work has been accepted by the Owner.
B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the
work.
1.09 WARRANTIES, BONDS, AND SERVICES AGREEMENTS
A. Provide warranties, bonds, and service agreements required by Section 01 33 00, SUBMITTALS
or by the individual sections of the specifications.
B. The date for the start of warranties, bonds, and service agreements is established per the
General Conditions.
C. Compile warranties, bonds, and service agreements and review these documents for
compliance with the Contract Documents.
1. Each document is to be signed by the respective manufacturer, supplier, and subcontractor.
2. Each document is to include:
a. The product or work item description
b. The firm, with the name of the principal, address, and telephone number
c. Scope of warranty, bond or services agreement
d. Date, duration, and expiration date for each warranty bond and service agreement
e. Procedures to be followed in the event of a failure
f. Specific instances that might invalidate the warranty or bond
D. Submit two copies of each document to the Engineer for review and transmittal to the Owner.
1. Submit duplicate sets.
2. Documents are to be submitted on 8-1/2" x 11" paper, punched for a standard three-ring
binder.
3. Submit each set in a commercial quality three-ring binder with a durable and cleanable
plastic cover. The title "Warranties, Bonds, and Services Agreements", the project name and
the name of the Contractor are to be typed and affixed to the cover.
E. Submit warranties, bonds and services agreements:
1. At the time of final completion and before final payment.
2. Within 10 days after inspection and acceptance for equipment or components placed in
service during the progress of construction.
1.10 CLAIMS AND DISPUTES
Claims and disputes must be resolved prior to recommendations of final payment. Acceptance and
final payment by the Contractor will indicate that any outstanding claims or disputed issues have
been resolved to the full satisfaction of the Contractor.
END OF SECTION
z Execution and Closeout Requirements 01 70 00-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
DIVISION 31
EARTHWORK
31 1300 EROSION AND SEDIMENT CONTROLS
PART1-GENERAL
1.01 SECTION INCLUDES
A. Installation, maintenance and removal, of storm water pollution prevention structures: diversion
dikes, interceptor dikes, diversion swales, interceptor swales, down spout extenders, pipe slope
drains, paved flumes and level spreaders. Structures are used during construction and prior to
final development of the site.
1. Filter Fabric Barriers:
a. Type 1: Temporary filter fabric barrier for erosion and sedimentation control in non-
channelized flow areas.
b. Type 2: Temporary reinforced filter fabric barrier for erosion and sediment control in
channelized flow areas.
2. Hay Bale Fence
3. Drop Inlet Basket
4. Inlet Sediment Traps
5. Brush Berm
6. Sand Bag Barrier
7. Bagged Gravel Barrier
8. Sediment Basin
9. Inlet Protection Barrier
1.02 REFERENCE STANDARDS
A. ASTM A 36 — Standard Specification for Carbon Structural Steel.
B. ASTM D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-Ibf/ft3 (600kN-m/m3)).
C. ASTM D3786 — Standard Test Method for Hydraulic Bursting Strength for knitted Goods and
Nonwoven Fabrics.
Erosion and Sediment Controls 31 13 00-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
I,
D. ASTM D 4355 - Standard Test Method for Deterioration of Geotextiles from Exposure to
Ultraviolet Light and Water (Xenon -Arc Type Apparatus).
E. ASTM D 4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity.
F. ASTM D 4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles.
G. ASTM D 4833 - Standard Test Method for Index Puncture Resistance of Geotextiles,
Geomembranes, and Related Products.
H. ASTM D 6382 - Standard Practice for Dynamic Mechanical Analysis and Thermogravimetry of
Roofing and Waterproofing Membrane Material.
1.03 DESCRIPTIONS
A. Filter Fabric Barrier Type 1 and Type 2: Install to allow surface or channel runoff percolation
through fabric in sheet -flow manner and to retain and accumulate sediment. Maintain Filter Fabric
Barriers to remain in proper position and configuration at all times.
B. Hay Bale Fence: Install to allow surface runoff percolation through hay in sheet -flow manner and
to retain and accumulate sediment. Maintain Hay Bale Fence to remain in proper position and
configuration at all times.
C. Interceptor Dikes and Swales: Construct to direct surface or channel runoff around the project
area or runoff from project area into sediment traps.
D. Drop Inlet Baskets: Install to allow runoff percolation through the basket and to retain and
accumulate sediment. Clean accumulation of sediment to prevent clogging and backups.
E. Sediment Traps: Construct to pool surface runoff from construction area to allow sediment to
settle onto the bottom of trap.
F. Sand Bags: Are used during construction activities in unstabilized minor swales ditches, or
streambeds when the contributing drainage area is no greater than 2 acres. It is also sediment
barrier as appropriate for an Inlet.
G. Bassel Gravel Barrier: Are used during construction activities in unstabilized minor swales,
ditches, or streambeds when the contributing drainage area is no greater than 2 acres. It is also
sediment barrier as appropriate for an Inlet.
Erosion and Sediment Controls 31 13 00-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
H. Drop Inlet Insert Basket: Is a temporary barrier placed within a storm drain inlet consisting of a
filter fabric supported by a metal frame work to prevent sediment and other pollutants from
entering convey system.
I. Brush Berm: Brush Berm is constructed at the perimeter of a distribute site within the developing
area.
1.04 SUBMITTALS
A. Submit manufacturer's literature for product specifications and installation instructions.
B. Submit manufacturer's catalog sheets and other product data on geotextile or filter fabrics, outlet
pipe, perforated riser and connectors.
C. Submit proposed methods, equipment, materials, and sequence of operations for storm -water
pollution prevention structures.
D. Submit shop drawings for Drop Inlet Baskets.
PART2-PRODUCTS
2.01 AGGREGATE MATERIALS
A. Use poorly graded cobbles with diameter greater than 3 inches and less than 5 inches.
B. Provide lining in accordance with Section 31 23 00 — Excavation Bedding and Backfill for Utilities
or as shown on drawings.
C. Provide clean cobbles and gravel consisting of crushed concrete or stone. Use clean, hard
crushed concrete or stone free from adherent coatings, salt, alkali, dirt, clay, loam, shale, soft or
flaky materials, or organic matter.
D. Sediment Pump Pit Aggregate: Use nominal 2-inch diameter river gravel.
E. Pea Gravel shall not be used for erosion control.
Erosion and Sediment Controls 31 13 00-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
2.02 PIPE
A. Polyethylene culvert pipe or PVC sewer pipe in accordance with Section 33 30 13.06- High
Density Polyethylene (HDPE) Solid and Profile Wall Pipe and Section 33 30 13.07 Polyvinyl
Chloride Pipe or as shown on the Drawings.
B. Standpipe for Sediment Pump Pits: Galvanized round culvert pipe or round PVC pipe, minimum of
12-inch and a maximum of 24-inch diameter, perforate at 6 to 12-inch centers around
circumference.
2.03 GEOTEXTILE FILTER FABRIC
A. Woven or nonwoven geotextile filter fabric made of either polypropylene, polyethylene, ethylene,
or polyamide material, in continuous rolls of longest practical length.
B. Grab Strength: 200 Ibs in any principal direction (ASTM D-4632), and equivalent opening size
between 50 and 140.
C. Furnish ultraviolet inhibitors and stabilizers for minimum 6 months of expected usable construction
life at temperature range of 0 degrees F to 120 degrees F.
D. Mirafi, Inc., Synthetic Industries, or equivalent.
2.04 BARRIER
A. Wire Barrier: Woven galvanized steel wire, 14 gauge by 6-inch square mesh, minimum 24-inch roll
or sheet width of longest practical length.
B. Barrier Stakes: Nominal 2 by 2-inch moisture -resistant treated wood or steel posts (min. of 1.25
lbs. per linear foot and Brinell Hardness greater than 140) with safety caps on top; length as
required for minimum 8-inch bury and full height of filter fabric.
2.05 SAND BAGS
A. Provide woven material made of polypropylene, polyethylene, or polyamide material.
1. Minimum unit weight of four ounces per square yard.
2. Minimum grab strength of 100 Ibs in any principal direction (ASTM D4632).
Erosion and Sediment Controls 31 13 00-4
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
3. Mullen burst strength exceeding 300 Ibs (ASTM D4833).
4. Ultraviolet stability exceeding 70 percent. After 500 hours of exposure (ASTM 4355).
5. Size: Length:18 to 24 inches. Width: 12 to 18 inches. Thickness: 6 to 8 inches. Weight:
Approximately 40 to 50 pounds not to exceed 75 pounds.
2.06 BAGGED GRAVEL BARRIER
A. Minimum unit weight of four ounces per square yard.
B. Minimum grab strength of 100 Ibs in any principal direction (ASTM D4632).
C. Mullen burst strength exceeding 300 Ibs (ASTM D4833).
D. Ultraviolet stability exceeding 70 percent. After 500 hours of exposure (ASTM 4355).
E. Size: Length: 18 to 24 inches. Width: 12 to 18 inches. Thickness: 6 to 8 inches. Weight:
Approximately 40 to 50 pounds not to exceed 75 pounds
2.07 DROP INLET BASKET
A. Provide steel frame members in accordance with ASTM A36.
B. Construct top frame of basket with two short sides of 2-inch by 2-inch and single long side of 1-
inch by 1-inch, 1/8-inch angle iron. Construct basket hangers of 2-inch by 1/4-inch iron bars.
Construct bottom frame of 1-inch by 1/4-inch iron bar or 1/4-inch plate with center 3 inches
removed. Use minimum 1/4-inch diameter iron rods or equivalent for sides of inlet basket. Weld
minimum of 14 rods in place between top frame/basket hanger and bottom frame. Exact
dimensions for top frame and insert basket will be determined based on dimensions of type of inlet
being protected.
2.08 HAY BALE
A. Hay: Standard -baled agricultural hay bound by wire, nylon, or polypropylene rope. Do not use jute
or cotton binding.
Erosion and Sediment Controls 31 13 00-5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
B. Hay Bale Stakes (applicable where bales are on soil): No. 3 (318 diameter) reinforcing bars,
deformed or smooth at Contractor's option, length as required for minimum 18-inch bury and full
height bales. Fi
PART 3-EXEC UTION
3.01 PREPARATION, INSTALLATION AND MAINTENANCE
A. Provide erosion and sediment control structures at locations shown on the drawings and in
conformance with the contractor supplied Stormwater Pollution Prevention Plan.
B. Do not clear, grub or rough cut until erosion and sediment control systems are in place unless
approved by Resident Project Representative (RPR) to allow installation of erosion and sediment
control systems, soil testing and surveying.
C. Maintain existing erosion and sediment control systems located within project site until acceptance
of Project or until directed by RPR to remove and discard existing system.
D. Regularly inspect and repair or replace damaged components of erosion and sediment control
structures. Unless otherwise directed, maintain erosion and sediment control structure until project
area stabilization is accepted. Redress and replace granular fill at outlets as needed to replenish
depleted granular fill. Remove erosion and sediment control structures promptly when directed by
RPR. Dispose of materials in accordance with Section 01 74 19 - Waste Material Disposal.
E. Remove and dispose sediment deposits at the designated spoil site for the Project. If a project
spoil site is not designated on Drawings, dispose of sediment off site at approved location in
accordance with Section 01 74 19 - Waste Material Disposal.
F. Unless otherwise shown on the Drawings, compact embankments excavations, and trenches in
accordance with Section 31 23 00 Excavation Bedding and Backfill for Utilities.
G. Prohibit equipment and vehicles from maneuvering on areas outside of dedicated right of way and
easements for construction. Immediately repair damage caused by construction traffic to erosion
and sediment control structures.
H. Protect existing trees and plants in accordance with Section 32 96 18 — Tree and Plant Protection.
Erosion and Sediment Controls 31 13 00-6
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
3.02 SEDIMENT TRAPS
A. Install sediment traps so that surface runoff shall percolate through system in sheet flow fashion
and allow retention and accumulation of sediment.
B. Inspect sediment traps after each rainfall, daily during periods of prolonged rainfall, and at a
minimum once each week. Repair or replace damaged sections immediately.
C. Use fill material for embankment in accordance with Section 31 23 00 — Excavation Bedding and
Backfill for Utilities.
D. Excavation length and height shall be as specified on Drawings. Use side slopes of 2:1 or flatter.
E. Stone outlet sediment traps:
1. Maintain minimum of 6 inches between top of core material and top of stone outlet,
minimum of 4 inches between bottom of core material and existing ground and minimum of
1 foot between top of stone outlet and top of embankment.
2. Embed cobbles minimum of 4 inches into existing ground for stone outlet. Core shall be
minimum of 1 foot in height and in width and wrapped in triple layer of geotextile filter fabric.
F. Sediment Basin with Pipe Outlet Construction Methods: Install outlet pipe and riser as shown on
the Drawings.
G. Remove sediment deposits when design basin volume is reduced by one- third or sediment level
is one foot below principal spillway crest, whichever is less.
3.03 FILTER FABRIC BARRIER CONSTRUCTION METHODS
A. Fence Type 1 Filter Fabric: Barrier
1. Install stakes 3 feet on center maximum and firmly embed minimum 8 inches in soil. If filter
fabric is factory preassembled with support netting, then maximum support spacing is 8
feet. Install wood stakes at a slight angle toward the source of anticipated runoff.
2. Trench in the toe of the fence lines so the downward face of the trenches is flat and
perpendicular to direction of flow. V-trench configuration as shown on Drawings may also
be used.
3. Lay fabric along edges of trenches in longest practical continuous runs to minimize joints.
Make joints only at a support post. Splice with minimum 6-inch overlap and seal securely.
Erosion and Sediment Controls 31 13 00-7
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
4. Staple filter fabric to stakes at maximum 3 inches on center. Extend fabric minimum 18
inches and maximum 36 inches above natural ground.
5. Backfill and compact trench. s
B. Barrier Type 2: Reinforced Filter Fabric Barrier
1. Layout barrier same as for Type 1.
2. Install stakes at 6 feet on center maximum and at each joint in wire fence, firmly embedded
1-foot minimum, and inclined it as for Type 1.
3. Tie wire fence to stakes with wire at 6 inches on center maximum. Overlap joints minimum
one bay of mesh.
4. Install trench same as for Type 1.
5. Fasten filter fabric wire fence with tie wires at 3 inches on center maximum.
6. Layout fabric same as for Type 1. Fasten to wire fence with wire ties at 3 inches on center
maximum and, if applicable, to stakes above top of wire fence it as for Type 1.
7. Backfill and compact trench.
8. Attach filter fabric to wooden fence stakes spaced a maximum of 6 feet apart or steel fence
stakes spaced a maximum of 8 feet apart and embedded a minimum of 12 inches. Install
stakes at a slight angle toward source of anticipated runoff.
9. Trench in toe of filter fabric barrier with spade or mechanical trencher so that downward
face of trench is flat and perpendicular to direction of flow. A V-trench configuration may
also be used. Lay filter fabric along edges of trench. Backfill and compact trench upon
completion of Construction.
10. Filter fabric fence shall have a minimum height of 18 inches and a maximum height of 36
inches above natural ground.
11. Cut length of fence to minimize use of joints. When joints are necessary, splice fabric
together only at support post with minimum 6-inch overlap and seal securely.
12. When used in swales, ditches or diversions, elevation of barrier at top of filter fabric at
flow line location in channel shall be lower than bottom elevation of filter fabric at ends of
barrier or top of bank, whichever is less, in order to keep storm water discharge in channel
from overtopping bank.
C. Triangular Filter Fabric Barrier Construction Methods �- }
1. Attach filter fabric to wire fencing, 18 inches on each side. Provide a fabric cover and skirt
with continuous wrapping of fabric. Skirt should form continuous extension of fabric on__3
upstream side of fence.
Erosion and Sediment Controls 31 13 00-8
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
F.
2. Secure triangular fabric filter barrier in place using one of the following methods:
a. Toe -in skirt 6 inches with mechanically compacted material;
b. Weight down skirt with continuous layer of 3-inch to 5-inch graded rock; or
C. Trench -in entire structure 4 inches.
3. Anchor triangular fabric filter barrier structure and skirt securely in place using 6-inch wire
staples on 2-foot centers on both edges and on skirt, or staked using 18-inch by 3/8-inch
diameter re -bar with tee ends.
4. Lap fabric filter material by 6 inches to cover segment joints. Fasten joints with galvanized
shoat rings.
3.04 DIKE AND SWALE
A. Unless otherwise indicated, maintain minimum dike height of 18 inches, measured from cleared
ground at up slope toe to top of dike. Maintain side slopes of 2:1 or flatter.
B. Dike and Swale Stabilization: When shown on the Drawings, place gravel lining 3 inches thick and
compacted into the soil or 6 inches thick if truck crossing is expected. Extend gravel lining across
bottom and up both sides of swale minimum height of 8 inches vertically, above bottom. Gravel
lining on dike side shall extend up the up slope side of dike a minimum height of 8 inches,
measured vertically from interface of existing or graded ground and up slope toe of dike, as shown
on Drawings.
C. Divert flow from dikes and swales to sediment basins, stabilized outlets, or sediment trapping
devices of types and at locations shown on Drawings. Grade dikes and swales as shown on
Drawings, or, if not specified, provide positive drainage with maximum grade of 1 percent to outlet
or basin.
D. Clear in accordance with Contract Documents.
E. Carry out excavation for swale construction so that erosion and water pollution is minimal.
Minimum depth shall be 1 foot and bottom width shall be 4 feet, with level swale bottom.
Excavation slopes shall be 2:1 or flatter. Clear, grub and strip excavation area of vegetation and
root material.
3.05 PIPE SLOPE DRAIN
A. Compact soil around and under drain entrance section to top of embankment in lifts appropriately
sized for method of compaction utilized.
Erosion and Sediment Controls 31 13 00-9
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
B. Inlet pipe shall have slope of 1 percent or greater. Use pipe diameter as shown on the Drawings.
C. Top of embankment over inlet pipe and embankments directing water to pipe shall be at least 1
foot higher at all points than top of inlet pipe.
D. Pipe shall be secured with hold-down grommets spaced 10 feet on centers.
E. Place riprap apron with a depth equal to pipe diameter with 2:1 side slopes.
3.06 INLET PROTECTION BARRIER
A. Place sandbags for Stage I, Bagged gravel for Stage II and filter fabric barriers at locations shown
on the SWP3. Maintain to allow minimal inlet in flow restrictions / blockage during storm event.
3.07 DROP INLET BASKET CONSTRUCTION METHODS
A. Fit inlet insert basket into inlet without gaps around insert at locations shown on the SWP3.
B. Support for inlet insert basket shall consist of fabricated metal as shown on Drawings.
C. Push down and form filter fabric to shape of basket. Use sheet of fabric large enough to be
supported by basket frame when holding sediment and extend at least 6 inches past frame. Place
inlet grates over basket/frame to serve as fabric anchor.
D. Remove sediment deposit after each storm event and whenever accumulation exceeds 1-inch
depth during weekly inspections.
3.08 HAY BALE FENCE CONSTRUCTION METHODS
A. Place bales in row with ends tightly abutting adjacent bales. Place bales with bindings parallel to
ground surface.
B. Embed bale in soil a minimum of 4 inches.
C. Securely anchor bales in place with Hay Bale Stakes driven through bales a minimum of 18
inches into ground. Angle first stake in each bale toward previously laid bale to force bales
together.
Erosion and Sediment Controls 31 13 00-10
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
D. Fill gaps between bales with straw to prevent water from channeling between bales. Wedge
carefully in order not to separate bales.
E. Replace with new hay bale fence every two months or as required by RPR.
3.09 BRUSH BERM CONSTRUCTION METHODS
A. Construct brush berm along contour lines by hand placing method. Do not use machine
placement of brush berm.
B. Use woody brush and branches having diameter less than 2 inches with 6- inches overlap. Avoid
incorporation of annual weeds and soil into brush berm.
C. Use minimum height of 18 inches measured from top of existing ground at upslope toe to top of
berm. Top width shall be 24 inches minimum and side slopes shall be 2:1 or flatter.
D. Embed brush berm into soil a minimum of 4 inches and anchor using wire, nylon or polypropylene
rope across berm with a minimum tension of 50 pounds. Tie rope securely to 18-inch x 3/8-inch
diameter rebar stakes driven into ground on 4-foot centers on both sides of berm.
3.10 CLEANING
A. Keep areas clean of construction debris and mud carried by construction vehicles and equipment.
If necessary, install stabilized construction exits at construction, staging, storage, and disposal
areas, following Section 31 12 05- Stabilized Construction Exit.
B. In lieu of or in addition to stabilized construction exits, shovel or sweep pavements as required to
keep areas clean. Do not waterhose or sweep debris and mud off street into adjacent areas,
except, hose sidewalks during off-peak hours, after sweeping.
3.11 WASTE COLLECTION AREAS
A. Prevent water runoff from passing through waste collection areas, and prevent water runoff from
waste collection areas migrating outside collection areas.
Erosion and Sediment Controls 31 13 00-11
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
3.12 EQUIPMENT MAINTENANCE AND REPAIR
A. Confine maintenance and repair of construction machinery and equipment to areas specifically
designated for that purpose, so fuels, lubricants, solvents, and other potential pollutants are not
washed directly into receiving streams or storm water conveyance systems. Provide these areas
with adequate waste disposal receptacles for liquid and solid waste. Clean and inspect
maintenance areas daily.
B. Where designated equipment maintenance areas are not feasible, take precautions during each
individual repair or maintenance operation to prevent potential pollutants from washing into
streams or conveyance systems. Provide temporary waste disposal receptacles.
3.13 VEHICLE/ EQUIPMENT WASHING AREAS
A. Install wash area (stabilized with coarse aggregate) adjacent to stabilized construction exit(s), as
required to prevent mud and dirt run-off. Release wash water into drainage swales or inlets
protected by erosion and sediment controls. Build wash areas following Section 31 13 05-
Stabilized Construction Exit. Install gravel or rock base beneath wash areas.
B. Wash vehicles only at designated wash areas. Do not wash vehicles such as concrete delivery
trucks or dump trucks and other construction equipment at locations where runoff flows directly
into waterways or storm water conveyance systems.
C. Locate wash areas to spread out and evaporate or infiltrate wash water directly into ground, or
collect runoff in temporary holding or seepage basins.
3.14 WATER RUNOFF AND EROSION CONTROL
A. Control surface water, runoff, subsurface water, and water from excavations and structures to
prevent damage to the Work, the site, or adjoining properties. Follow environment requirements
B. Control fill, grading and ditching to direct water away from excavations, pits, tunnels, and other
construction areas, and to direct drainage to proper runoff courses to prevent erosion,
sedimentation or damage.
C. Provide, operate, and maintain equipment and facilities of adequate size to control surface water.
Erosion and Sediment Controls 31 13 00-12
City of Lubbock i--s
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
i
D. Retain existing drainage patterns external to the site by constructing temporary earth berms,
sedimentation basins, retaining areas, and temporary ground cover as required to control
conditions.
E. Plan and execute construction and earth work to control surface drainage from cuts and fills, and
from borrow and waste disposal areas, to prevent erosion and sedimentation.
1. Plan and execute construction and earth work to control surface drainage from cuts and
fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation.
2. Provide temporary controls such as berms, dikes, and drains.
F. Construct fill and waste areas by selective placement to eliminate surface silts or clays which will
erode.
G. Inspect earthwork periodically to detect start of erosion. Immediately apply corrective measures as
required to control erosion.
H. Dispose of sediments offsite, not in or adjacent to waterways or floodplains, nor allow sediments
to flush into streams or drainage ways. Assume responsibility for offsite disposal location.
I. Unless otherwise indicated, compact embankments, excavations, and trenches by mechanically
blading, tamping, and rolling soil in maximum of 8--inch layers. Provide compaction density at
minimum 90 percent Standard Proctor ASTM D-698-78 density. Make at least one test per 500
cubic yards of embankment.
J. Prohibit equipment and vehicles from maneuver on areas outside of dedicated rights- of -way and
easements for construction. Immediately repair damage to erosion and sedimentation control
systems caused by construction traffic.
K. Do not damage existing trees intended to remain.
3.15 POLLUTION CONTROL
A. Contractor shall prevent the pollution of drains, spillage and watercourses by sanitary wastes,
sediment, debris and other substances resulting from construction activities. No sanitary wastes shall
be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or
other substance shall be permitted to enter sanitary sewers, and reasonable measures shall be taken
to prevent such materials from entering any drain or watercourse.
Erosion and Sediment Controls 31 13 00-13
` City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
B. The contractor shall erect and maintain surface structures and standby equipment as required to
prevent discharge to the North Fork of the Double Mountain Fork of the Brazos River. All penalties,
fines, legal costs, and corrective action costs which result from violations of the City of Lubbock's
Permit for disposal of wastewater (Permit 10353-002) and are attributable to actions by the
Contractor and/or his subcontractors will be paid by the Contractor.
3.16 COMPLIANCE WITH NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM
PERMIT
A. The existing facility is operating under the terms of National Pollutant Discharge Elimination System
permits issued by the Texas Commission on Environmental Quality (TCEQ). This permit specifies the
water quality limits that the plant must meet prior to discharge effluent. Copies of the existing
permits are on file for review at the SEWRP Administrative Office.
B. Perform work in a manner that will not prevent the existing facility from achieving the final effluent
quality requirements established by regulations.
C. Bear the cost of penalties and/or fines imposed on the owner for discharge violations caused by
actions of the contractor.
3.17 REMOVAL OF CONTROLS
A. Remove erosion and sediment controls when the site is finally stabilized.
B. Dispose of sediments and waste products following Contract Documents.
END OF SECTION
Erosion and Sediment Controls 31 13 00-14
City of Lubbock i }
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
DIVISION 33
UTILITIES
No Text
33 01 30.16 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER LINES
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Provide internal inspection of sanitary sewer lines by means of a closed circuit television camera.
Include all aspects of televising including method, equipment and payment for work.
1.02 RELATED WORK
A. Cleaning of Sewer Lines. Section 33 01 30.50.
1.03 QUALITY ASSURANCE
A. Contractor's Qualifications: The Contractor shall have a minimum of three (3) years of experience
in such work necessary to successfully meet this specification and provide references for five (5)
sewer inspection projects involving remote CCTV pan and tilt inspection.
B. The Contractor shall have all operators who are responsible for logging defects into the data
collection software successfully trained and certified through National Association of Sewer
Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP). The
Contractor shall provide copies of the PACP certificates for the operator and project references.
C. The Contractor shall use CCTV defect logging software that is PACP-certified, which assures that
the software can be used to export a database of all inspection and defect details that conform to
the NASSCO PACP database standard. The Contractor shall add Resident Project
Representative specific defect codes to the database as required to insure uniform defect
identification and naming.
1.04 DEFINITIONS
A. Television Inspection: Video inspection of existing sanitary sewers to evaluate lines and
determine whether conditions exist which would require line rehabilitation or repair.
B. Post -Cleaning Television Inspection: Video inspection to confirm line has been adequately
cleaned and confirm no defects exist which will require repair or replacement.
C. Post -Installation Television Inspection: Video inspection to determine whether rehabilitation or
replacement of a sanitary sewer has been completed according to Drawings and Specifications.
D. Television Inspection Form: A form that is filled out by each television operator for any television
inspection effort and submitted to the Resident Project Representative (RPR), on a hard copy and
PDF format.
1.05 SUBMITTALS
A. Submit equipment manufacturer's operational manuals and guidelines to the RPR for review.
Strictly follow such instructions unless otherwise directed by the RPR.
B. Contractor shall provide manufacturer's product literature for all video equipment including but not
limited to cabling, camera, monitor, footage counter, video titling device, and recorder.
Closed Circuit Television (CCTV) Inspection of Sewer Lines 33 01 30.16 -1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
C. Contractor reference projects per paragraph 1.03
D. Operator PACP certificate and reference projects per paragraph 1.03
E. Contractor shall provide an example of previous work for approval. The example shall consist of
one CD or DVD of previous sewer inspection work complete with audio commentary and
inspection log(s). The submitted example shall be the work of the field supervisor or foreman to
be used on this project. Contractor shall be responsible for modifications to equipment and/or
inspection procedures to achieve report material of acceptable quality
F. Two copies of the inspection videos in sequential order from upstream manhole to downstream
manhole saved in mpeg format DVD; electronic version (.jpg) of still photographs saved on DVDs;
a digital Microsoft Access database conforming to the NASSCO PACP database standard
populated with all inspection and defect information; and hard copies and electronic pdf files of
the inspection logs shall be submitted to the RPR for review and approval. DVDs or sections
thereof that do not conform to the specifications shall be re -recorded in the field at the
Contractor's expense. Original DVDs and re -recorded runs shall be edited to provide a record
with all inspections in sequential order from upstream to downstream. DVDs not in sequential
order are unacceptable.
G. In the case that a parallel sewer is used for bypass pumping, the contractor shall monitor the
parallel interceptor and provide the monitoring results and visual CCTV video showing that it has
adequate capacity for bypassing. The CCTV shall be performed after the parallel interceptor has
been cleaned.
H. Submit proposed access plan detailing proposed access route, staging and limits of construction
(including diversion setup, pumping, and piping) to engineer for approval a minimum of 30 days
before mobilization at any one site.
PART2-PRODUCTS
2.01 EQUIPMENT
A. Television Camera For Remote CCTV and Monitor
1. The camera(s) shall be operative in 100 percent humidity/submerged conditions. The CCTV
camera equipment shall provide a view of the pipe ahead of the equipment and of features
to the side and rear of the equipment through turning and rotation of the lens. The camera
shall be capable of tilting at right angles along the axis of the pipe while panning the camera "
lens through a full circle about the circumference of the pipe. The lights on the camera shall i
also be capable of panning 90-degrees to the axis of the pipe. If the equipment proves to be
unsatisfactory, it shall be replaced with adequate equipment. The camera unit shall have
sufficient quantities of line and video cable to inspect sewers with access as far apart as _
2,500 feet.
2. The television camera, electronic systems and monitor shall provide an image that meets
the following specifications:
a. With the monitor control correctly adjusted, the six colors - Yellow, Cyan, Green,
Magenta, Red, and Blue, plus Black and White, shall be clearly resolved with the
primary colors in order of decreasing luminance. The gray scale shall appear in
contrasting shades of gray with no color tint. '
b. The picture shall show no convergence or divergence over the whole of the picture.
The monitor shall be at least 13 inches diagonally across the picture tube.
C. The live picture on the CCTV monitor shall be capable of registering a minimum of
500 lines horizontal resolution and be a clear, stable image with no interference.
Closed Circuit Television (CCTV) Inspection of Sewer Lines 33 01 30.16 - 2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
M1 3.
Lighting intensity shall be remote controlled and shall be adjusted to minimize reflective
glare. Lighting and camera quality shall provide a clear, in -focus picture of the entire inside
periphery of the sewers and laterals for all conditions except submergence. Under ideal
conditions (no fog in the sewer) the camera lighting shall allow a clear picture up to five pipe
diameter lengths away for the entire periphery of the sewer. The lighting shall provide
uniform light free from shadows or hot spots
4.
Use a camera with an accurate footage counter, which displays on the monitor the exact
distance of the camera from the centerline of the starting manhole.
5.
Use a camera with a camera height adjustment so that the camera lens is always centered
at one-half the inside diameter, or higher in the pipe being inspected
6.
Camera focal distance shall be remotely adjustable through a range of 6 inches to infinity.
7.
The monitor and software shall also be able to capture and save screen images of typical
sewer details and all defects. Screen image files shall be named using upstream manhole
number and footage and submitted on DVDs following paragraph 3.06, this section.
B. A mobile trailer or van shall be provided which is large enough to accommodate representatives
of the RPR and Contractor for purpose of viewing monitor while inspection is in progress. Trailer
or van to be equipped with all necessary equipment for successful completion of television
inspection.
C. Media Casing: Submit the DVD in a sturdy case with the following closed dimensions 7.5" x 5.25"
x 0.5". Three labels are required. Place two labels on the case with one on the face, visible when
the case is closed and the other on the inside of the case. The third label shall be permanently
affixed to the DVD and shall not interfere with DVD operation
1. Case Label will include:
a. RPR Name
b. Project Name and Number (if applicable)
C. Contractor Name
d. Inspection type (survey, pre -installation, or post -installation)
e. DVD No.
f. Date Televised
g. Date Submitted
h. Upstream Manhole
i. Downstream Manhole
j. Pipe Diameter
k. Street Name (if applicable)
2.02 Video Recordings
A. The video and audio recordings of the sewer inspections shall be made using digital video
equipment. The digital recording equipment shall capture sewer inspection on DVD, with each
sewer reach inspection recorded as an individual movie file (.mpeg, .mpg). The files shall be
named according to Upstream/Downstream manhole numbers or per requirements established
elsewhere in the Specifications.
B. The audio portion of the composite video shall be sufficiently free from electrical interference and
background noise to provide complete intelligibility of the oral report. Audio shall be recorded by
the operating technician on the inspection video as the sewer is inspected and shall include the
sewer location, identification of beginning and terminating manholes including location (address
or cross streets), inspection direction, length of inspection, side sewer identification, flow
information, complete descriptions of the sewer line conditions as they are encountered,
description of the rehabilitation work, reason for termination, and other relevant commentary to
the inspections. In addition, the audio reports shall include the distance traveled on the specific
run, a description of abnormal conditions in the sewer and side sewer connections as they are
Closed Circuit Television (CCTV) Inspection of Sewer Lines 33 01 30.16 - 3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
encountered, explanations for pausing, backing up, or stopping the survey, and the final %
measured center to center distances between consecutive manholes. Audio dubbing after the
inspection is prohibited.
C. The reaches shall be inspected from upstream to downstream, wherever possible. The images
recorded on the CCTV video shall be the same images that are required to be displayed on the
CCTV monitor. The footage counter shall be zeroed at the beginning of each inspection and at
each intermediate manhole along the inspection run. The video recorder shall be paused if the
camera progress is stopped for a period longer than 30 seconds due to breakdown of the
equipment, or any purpose other than analyzing conditions of the sewer. The operator shall
document the delay on the recording when progress resumes.
D. The equipment used for the inspection must provide for simultaneous monitoring of the in -sewer
inspection by the RPR. Equipment that does not allow for out of sewer observation of the
inspection will not be allowed.
E. The inspection video shall be delivered on a medium that is not re -recordable. Contractor shall
maintain a copy of all inspection documentation (DVDs, databases, and logs) for the duration of
the work and warranty period.
2.03 PRODUCT DATA
A. Submit CCTV inspection reports as specified in paragraph 3.09 each week covering the previous
week's work.
PART 3 - EXECUTION
3.01 METHOD
A. Perform television inspection of sanitary sewers as follows:
1. For lines to be cleaned only. The sewer line shall be cleaned prior to insertion of the
television camera for Post -Cleaning video in accordance with Section 33 01 30.50,
Cleaning of Sewer Lines. Immediately after cleaning, video inspect the sanitary sewer line
to document the condition of the line and to locate existing service connections. Provide a
minimum of 48 hours advance notice of any television inspection to RPR to allow for
observation, at RPR/RPR/Engineer discretion of operation.
2. Perform post -installation television inspection to confirm completion of rehabilitation work,
including removal and replacement. Verify that rehabilitation work conforms to the
requirements of the Drawings and Specifications. Provide a video showing the completed
work including the condition of restored service connections. Prepare and submit Television
Inspection Report forms providing the location of service connections along with the
location of any discrepancies. Post -installation video of completed manholes may be
substituted for photographic documentation. Manhole work, including benches, inverts and
pipe penetrations into manhole, should be complete prior to post -installation video work.
3. Contractor shall make actual measurement of pipe inside diameter and record
measurement to nearest tenth of one inch as "pipe size" on "Television Inspection Report".
B. Survey television inspection videos shall be continuous for pipe segments between manholes. Do
not leave gaps in the video recording of a segment between manholes and do not show a single
segment on more than one DVD.
C. The CCTV camera shall be positioned as close to the spring line as possible while maintaining
the required equipment stability. If the flow levels are above the spring line, then the vertical -
Closed Circuit Television (CCTV) Inspection of Sewer Lines 33 01 30.16 - 4
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
position of the camera shall be just above the free water surface. The Contractor shall also
inspect and document all manholes encountered during the inspection activities. The camera
shall pan the periphery of the manhole from casting to invert. Inspections shall be conducted
during low flow periods to increase the viewable sidewall area of the pipe.
D. The speed that the camera or survey unit is conveyed through the sewer while performing
general inspections shall be uniform and shall be limited to a maximum of 30-feet per minute The
survey unit shall be slowed, stopped, or backed -up to perform detailed inspections of significant
features. The camera shall be stopped at all defects, changes in material, water level, size, side
connections, manholes, junctions, or other unusual areas. When stopped at the defect or feature,
the operator shall pan the camera to the area and along the circumference of the pipe.
E. During period of camera advancement along the reach, the operator should pan to view the flow
line conditions along both sides of the pipe and the crown at regular intervals. This may be done
while the camera is moving forward as long as the recorded picture quality is not adversely
affected. When viewing the flow line area, the camera should be returned to the forward position
providing a full view of the pipe before panning to view the opposite side of the sewer or the
crown conditions.
The Contractor shall measure the camera progress along the full length of each reach.
F. The length counter shall be zeroed at the beginning of each inspection, and at any intermediate
manhole. In the case of resuming an inspection at an intermediate point along the pipeline, the
length counter shall start at the last point recorded. The Contractor shall ensure that the counter
starts to register immediately when camera progress starts. The device shall be observable at
ground level. Markings on the cable, instruments requiring observation inside a manhole, or
correction of the length for the depth of the manhole are not acceptable.
1. The equipment shall measure the location of the camera unit in 1-foot increments from the
beginning (upstream end) of each continuous section. This footage location must be
displayed on the CCTV monitor and recorded.
2. The accuracy of the measured location shall be within + 0.5% of the actual length of the
sewer reach being surveyed, or 1 foot, whichever is greater
G. At the Contractor's discretion or direction of the RPR, the camera shall be stopped or backed up
(when conditions allow) to view and analyze conditions that appear to be unusual or uncommon
for a sound sewer. The lens and lighting shall be readjusted, if need be, in order to ensure a
clear, distinct, and properly lighted feature. The video recorder shall be paused if the camera
progress is stopped for a period longer than 30 seconds due to breakdown of the equipment, or
any purpose other than analyzing conditions of the sewer. The operator shall document the delay
on the recording when progress resumes.
H. Electrical service required for televising sewer lines shall be provided for by the Contractor.
3.02 FLOW CONTROL
A. No flow is allowed in the line while performing Post -Cleaning or Post -Installation television
inspection. Divert the normal flow as specified in Section 33 01 40 - Diversion Pumping, and
clean the line to be inspected.
3.03 PASSAGE OF VIDEO CAMERA
A. If during survey television inspection of a manhole section, the camera is unable to pass an
obstruction even though flow is unobstructed, televise the manhole section from the other
direction (reverse setup) in order to obtain a complete video of the line. Whenever such a
condition arises, notify the RPR to determine whether an obstruction removal or point repair is
Closed Circuit Television (CCTV) Inspection of Sewer Lines 33 01 30.16 - 5
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
necessary. If a point repair is authorized, repair the pipe at the designated location and then re -
televise the manhole section to verify completion of the point repair.
1. When the camera is being pulled from the other direction in order to survey on either side of
an obstruction and a second obstruction or repair location is encountered away from the
first obstruction, notify the RPR and request a review of the video. The RPR may direct the
Contractor to make one or both repairs.
2. Once point repairs are completed, re -inspect the manhole section. 1
3. The RPR makes no guarantee that the sanitary sewer designated for survey television after �n
cleaning is clear for the passage of the camera set-up. Select the appropriate equipment,
tools and methods for securing safe passage of the camera.
B. For post -installation television inspection, exercise the full capabilities of the camera equipment to
document the completion of the rehabilitation work and the conformance of the work to the
Drawings and Specifications. Provide a full 360-degree view of pipe, joints and service
connections.
3.04 CCTV MONITOR DISPLAY A ,
A. The CCTV images shall include an initial data display that identifies the sewer reach being
surveyed and a survey status display that provides continuously updated information on the
location of the survey unit as the survey is being performed. These data displays shall be in
alphanumeric form. The size and position of the data shall not interfere with the main subject of
the monitor picture.
B. The on -screen display should be white during inspections where the background behind the
display is dark and, conversely, black where the background is light.
C. At the beginning of each reach of sewer being inspected, the following information shall be
electronically generated and displayed on the CCTV monitors as well as included in the audio
track:
1. Date of survey
2. Interceptor name/location
3. Upstream and Down Stream Manhole Number
4. Direction of survey
5. Time of start survey
D. During inspections, the following information shall be electronically generated, automatically
updated, and displayed on the CCTV monitors:
1. Survey unit location in the sewer line in feet and tenths of feet from adjusted zero.
2. Sewer diameter
3. Abbreviated manhole reference numbers (upstream and downstream manholes in order of
survey direction.)
3.05 PHOTOGRAPHS
A. During CCTV inspections, screen captures shall be taken from the monitor images and saved
electronically of typical conditions every 200 feet and at all defects. The screen capture shall have
the interceptor name, reach (identified by the upstream and downstream manholes), survey
direction, footage, and date when photograph was taken. The annotation shall be clearly visible
and in contrast to its background, shall have a figure size no greater than 1/4-inch, and shall be
type -printed. The annotation shall be positioned on the front of the photograph so as to not
interfere with the subject of the photograph. Files shall be named using upstream/downstream
manhole numbers.
Closed Circuit Television (CCTV) Inspection of Sewer Lines 33 01 30.16 - 6 t
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
B. The image of the sewer shall fill the photographic image. Photographs must clearly and
accurately show what is displayed on the monitor, which shall be in proper adjustment. Where
significant features exist within 6-feet of each other, one photograph shall be made to record
these features. Where there is a continuous feature, photographs shall not be taken at intervals of
less than 6-feet unless absolutely necessary to show a change in the feature.
C. The images shall be kept electronically, copied to DVD and submitted with the inspection videos
and logs per paragraph 3.06
3.06 TELEVISION INSPECTION REPORT
A. Defect coding, CCTV inspection process and report shall be completed in accordance with the
NASSCO PACP.
END OF SECTION
Closed Circuit Television (CCTV) Inspection of Sewer Lines 33 01 30.16 - 7
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
No Text
33 01 30.50 CLEANING OF SEWER LINES
PART1 -GENERAL
1.01 SECTION INCLUDES
A. Cleaning sewer lines to remove solids, roots, soil, sand, pieces of broken pipe, tuberculation
nodules, bricks, grease, grit from sewer lines and manholes and other debris, thus improving flow
and facilitating television inspection for sewer evaluation. Cleaning includes initial manhole wall
washing by high-pressure water jet.
B. Disposal of waste from sewer line.
C. Payment for waste disposal.
D. Testing of waste material.
1.02 RELATED WORK
A. Closed -Circuit Television (CCTV) Inspection of Sewer Lines. Section 33 01 30.16.
1.03 SUBMITTALS
A. Submit a detailed operation plan for cleaning of the pipeline segment(s) addressing all
requirements stipulated by the Engineer, including hours of operation, field staff and applicable
certifications, traffic control plans, source of water, method / equipment for cleaning and method /
equipment for debris disposal. Provide list of projects per subsection 1.06 A.
B. Submit equipment manufacturer's operational manuals and guidelines to the Engineer for review.
Strictly follow such instructions unless otherwise directed by the Resident Project Representative
(RPR).
C. Submit a tuberculation removal plan. The Plan shall include the contractor's proposed means and
methods to remove the tuberculation growths while maintaining the pipe integrity.
D. Submit a list of lawful disposal sites proposed for dumping debris from cleaning operations.
E. Submit and maintain Liquid Waste Manifests conforming to local requirements. Send the Owner's
and regulator's copies of the completed manifests to the Engineer and RPR within 24 hours after
disposal of waste materials.
1.04 DESCRIPTION
A. Cleaning of all sewer pipe lines shall be conducted on all lines which are designated for cleaning
in the contract documents.
B. Cleaning of sewer lines shall be accomplished by trapping and collecting all sand, debris and
grease at the next manhole (downstream of the line being cleaned) and removal and proper
disposal of said materials.
C. Clean designated sanitary sewers and manholes using mechanical, hydraulically -propelled or
high -velocity sewer cleaning equipment. Select cleaning processes which will remove grease,
soil, sand, silt, solids, rags, tubercular growths and debris from each sewer segment and
associated manholes.
( Cleaning of Sewer Lines 33 01 30.50-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
D. The cleaning operations shall also provide a means by which the sewer line can be threaded (i.e.,
a cable inserted in the line so that the television camera may be pulled through).
1.05 DEFINITIONS
A. Normal Cleaning Equipment: Cleaning devices such as rods, metal pigs, porcupines, root saws,
snakes, scooters, sewer balls, kites, and other approved equipment in conjunction with hand -
winching devices and gas or electric rod -propelled devices. Variable -pressure water nozzles
(3,000 psi) are considered normal cleaning equipment
B. Mechanical Cleaning Equipment: Buckets, scrapers, scooters, porcupines, kites, heavy-duty
brushes, metal pigs, chain flails and other debris -removing equipment and accessories used in t J
conjunction with approved power winching machines. High -to very -high-pressure water nozzles
(10,000 psi) are considered mechanical cleaning equipment.
1.06 QUALITY ASSURANCE
A. Qualifications: Use experienced personnel to operate cleaning equipment and devices. Provide
list of projects on which the proposed method / equipment was utilized.
B. Acceptance of sewer cleaning work is subject to successful completion of the television
inspection. If inspection shows solids, sand, grease, grit or other debris remaining in the line, the
cleaning is considered unsatisfactory. Repeat cleaning and video inspection of the sewer line until
cleaning is acceptable by the Engineer and RPR.
C. Unable to Penetrate: If the Contractor is unable to penetrate a line during cleaning, the Contractor
will notify and receive direction from the RPR.
PART 2-PRO DUCTS
t
2.01 CLEANING EQUIPMENT
A. Select cleaning equipment and methods based on the condition of the sanitary sewer mains at
the time work begins. More than one method or type of equipment may be.required on a single4,
project or at a single location.
B. Demonstrate at the performance capabilities of cleaning equipment and methods proposed for
use on the project to the Owner and RPR. Coordinate location of testing with the Owner and
RPR. If results obtained by demonstration are not satisfactory, provide other equipment that will
clean the sewer line.
C. For high -velocity cleaning use a water jet capable of producing a minimum volume of 50 gpm with
a pressure of 1500 psi at the pump. Install a gauge to indicate working pressure on the discharge
of high-pressure water pumps. In addition to conventional nozzles, use a nozzle which directs the
cleaning force to the bottom of the pipe for sewers 18-inches and larger.
D. When hydraulic or high -velocity cleaning equipment is used, install a suitable sand trap, weir,
dam or suction device in the downstream manhole so that solids and debris are trapped for
removal.
E. Chain flails shall be capable of knocking hard deposits, such as tubercular nodules or mineral
deposits, from the pipeline wall with minimal damage to the pipeline wall.
Cleaning of Sewer Lines 33 01 30.50-2 j
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
F. When chain flail or chain cutter equipment is used, perform that nodule removal with
simultaneous observation by CCTV cameras to observe the removal process and be able to
observe the degree of pipe wall removal.
2.02 CLEANING ACCESSORIES
A. When an additional quantity of water from the public water supply is needed to meet the
cleaning requirements of the equipment and the sewer, coordinate with water service
provider to obtain transient water meters for installation on trucks or at fire hydrants.
B. All cleaning equipment must be equipped with backflow preventers to prevent
contamination to the public water supply.
C. Pneumatic or hydraulically powered "knockers" or chain flails may be used to remove
heavy tuberculation in metallic pipes.
PART3-EXECUTION
3.01 EXAMINATION
A. Do not begin cleaning until both upstream and downstream manholes have been checked
for flow monitors and other mechanical devices. Refer to Section 33 01 30.74 Rehabilitation
of Existing Sanitary Sewer Manhole (Fiberglass Inserts).
3.02 PREPARATION
A. Take precautions to protect sanitary sewer mains and manholes from damage that might
be inflicted by the improper selection of cleaning processes or improper use of equipment.
When using hydraulically -propelled devices take precautions to ensure that the water
pressure created does not cause damage to or flooding of public or private property. Do not
surcharge any sanitary sewer to an elevation that could cause overflow of sewage into area
waterways, homes or buildings, or onto the surface.
B. Do not use or obstruct fire hydrants. Remove water meters, fittings and piping from fire
hydrants at the end of each working day.
C. Exercise care to prevent contamination of the potable water system. Use an appropriately
sized backflow preventer as required by the water service provider when drawing water
from a public hydrant.
D. Where possible, use the flow of wastewater present in the sanitary sewer main to provide
fluid for hydraulic cleaning devices.
3.03 CLEANING
A. Conserve Water. Do not waste water from the public water supply through poor
connections, hydrants left open, or any other cause.
B. Collapsible Dams: Use collapsible dams for hydraulically -propelled devices which require a
head of water to operate. Dam shall be easily collapsible to prevent damage to the sewer,
public property and private property.
Cleaning of Sewer Lines 33 01 30.50-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
f -,
C. High Velocity Cleaning: Operate high -velocity cleaning equipment so that the pressurized
nozzle moves continuously. Turn off or reduce the flow to the nozzle to prevent damage to
the line any time the nozzle becomes stationary.
D. Mechanical Cleaning: In addition to normal cleaning equipment, perform mechanical
cleaning when required and approved using equipment and accessories as defined in this
Section.
Chain Flail — The use of a chain flail will be performed in accordance with the
Contractor's approved Tuberculation Removal Plan.
2. Bucket Machine - Bucket machines shall be with sufficient power to perform the
work in an efficient manner. Machines shall be belt operated or have an overload
shutoff device. Machines with a direct drive that could damage an existing pipe
shall not be used. Bucket machines shall not be used on rehabilitated pipelines
lined with a plastic pipe or plastic liner.
E. Debris Disposal: Remove sludge, soil, sand, rocks, grease, roots and other solid or semi -solid 1
material resulting from the cleaning operation at the downstream manhole of the section being
cleaned. Passing debris from any sewer section to any other sewer section is not allowed. Load
debris from the manholes into an enclosed container permitted by local regulations for liquid
waste hauling. Remove solids and semi -solids resulting from cleaning operations from the site
and dispose them lawfully at the end of each work day. Liquid wastes from municipal sources
must be treated or processed to eliminate free liquids by State and Federal regulation. Do not
accumulate debris, liquid waste, or sludge on the site except in totally enclosed containers
approved by the Engineer or RPR. Only solids and semi -solids are allowed for transmittal and
disposal offsite. All free liquids shall be passed through the existing sanitary sewer system. RPR
at his/her discretion, may independently perform a paint filter test per EPA 9095B to determine
acceptability of waste for disposal and require dewatering or other measure prior to
hauling/disposal of solids and semi -solids. I_.,
F. Disposal Sites: Dispose of waste at a lawfully -permitted disposal site using a transporter having
a valid Liquid Waste Transporter Permit. Pay fees for disposal, even when utilizing a City
operated landfill.
G. Pay for any testing of waste material to detect lead or other hazardous waste as required by law.
3.04 FIELD QUALITY CONTROL
A. Do not under any circumstances, allow sewage or solids removed in the cleaning process to be
released onto streets or into ditches, catch basins, cleanouts, storm drains, or sanitary or storm
sewer manholes.
END OF SECTION
i
Cleaning of Sewer Lines 33 01 30.50-4 )
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A i r
SECTION 33 01 40 Diversion Pumping (Bypass Pumping)
PART1-GENERAL
1.01 WORK INCLUDED
A. This section describes the existing conditions for temporary diverting and dewatering of
sewers during internal television inspection (CCTV), cleaning operations, pipeline and
manhole rehabilitation, and inspection of the project and of service laterals during the
rehabilitation prior to reconnection to the pipeline.
B. Throughout the plans and specifications diversion pumping and bypass pumping shall have
the same meaning and be interchangeable.
1.02 SUBMITTALS
A. Diversion Pumping Plan per paragraph 3.02
B. Right of entry / Temporary Construction / Access agreements per paragraph 1.04 E.
C. Company and superintendent staff past project experience per paragraph 1.05 A.
1.03 JOB CONDITIONS
A. Protection - In areas where flows are diverted, all diverted flows shall be discharged 1) to a
downstream manhole of this line or 2) any other collection system manhole/line that can
handle the flow as approved by the Engineer and the Resident Project Representative
(RPR). No diverting to the ground surface, receiving waters, storm drains, or diverting
which results in soil or groundwater contamination or any potential health hazards is
permitted.
B. Scheduling - The diversion pumping system shall not be shut down between shifts, on
holidays or weekends, or during work stoppages without written permission from the RPR.
Provide onsite 24 hour continuous monitoring during all bypass pumping operations by an
experienced trained pump mechanic with a fully stocked service vehicle at all times to
ensure the system is operating correctly and respond immediately to mechanical problems.
Bypass piping lengths greater than 1000ft will require a line watch technician inspecting the
discharge piping hourly.
1.04 REQUIREMENTS
A. Contractor shall provide labor, materials, and supervision to temporarily divert flow around
the Contractor's work in accordance with the specific needs of the rehabilitation method
being utilized and dewater the pipelines in preparation for cleaning and rehabilitation. All
references to the diversion pumping and/or diversion pumping system include, but are not
limited to, all pumps, piping, valves and other equipment needed to move the intended flow
from one location to another.
B. The actual design of the diversion pumping arrangement and alignment shall be prepared
by the Contractor, and shall be submitted to the Engineer and Resident Project
Representative to determine conformance to project objectives. Means and methods of
accomplishing the diverting shall be the responsibility of the Contractor.
( Diversion Pumping 33 01 40-1
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
�3.
C. Sanitary sewer mains shall remain in service at all times throughout the duration of the
project. Contractor shall be responsible for diverting flow away from the limits of
construction through the use of diversion pumping or flow diversions with prior written
approval by the RPR.
D. Service to laterals shall be disrupted for a period of no more than 8 hours. If Contractor
feels that it is necessary to disrupt lateral services for a period longer than 8 hours,
Contractor shall provide alternate means of service without disrupting use of the service by
the RPR/resident.
1. Service shall not be interrupted on any service or lateral greater than 6-inches in
diameter. Coordinate with RPR to provide temporary pipeline adjustment,
diversion/bypass piping, or other means necessary to maintain service.
2. Laterals within residential areas shall only be out of service between the hours of 8:00
am to 5:00 pm, Monday through Friday.
3. Service interruptions to laterals serving business shall be coordinated directly with that
owner(s)/customer(s) and are subject to approval by the RPR.
4. Service interruptions to laterals serving City of Lubbock parks shall be coordinated
with Stewart Gerhart (806-224-5777) a minimum of two weeks in advance of
interruption. Provide fully serviced temporary/portable restroom facilities during
interruption if requested by the parks department.
E. Contractor shall maintain pedestrian and vehicular traffic and comply with ADA, Texas
accessibility standards and regulations and City of Lubbock requirements for driveways and
sidewalks for access to all residential and commercial property unless written approval is
otherwise obtained from the property RPR allowing for reduced access. Written approvals
property RPRs shall be submitted to RPR for record.
F. If access or work area in addition to what is provided by the RPR is required, it is the
Contractor's responsibility to arrange all necessary additional access and temporary
construction agreements with all affected parties for the location of the diversion pumping
system.
G. The diversion pumping system shall be designed to normally maintain the wastewater flow
below the top of the pipe, without surcharging.
H. Discharge piping, joints and all accessories will be required to be hydrostatic tested. All
piping, joints, and accessories shall be able to withstand at least twice the maximum
system pressure or a minimum of 50 psi, whichever is greater. Bypass system shall be
placed in service and closely monitored over 48 hours before beginning normal operation.
The Contractor shall notify the Resident Project Representative (RPR) 48 hours prior to
shutting down or diverting the pipeline.
J. Contractor is responsible for immediate and proper cleanup should any spill occur,
regardless of amount.
K. Connections to the existing force mains upstream of discharge to gravity sewer will require
tapping sleeves or tees. Field verify pipe material before submitting manufacturer cut
sheets. Connection shall meet minimum 150 psi design criteria. Backfill and closure shall
include blind flange and reinforced concrete thrust designed by TX Licensed Professional
Engineer. Shutdown of force mains for connections shall be coordinated with the RPR.
Diversion Pumping 33 01 40-2
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
t,
11
1.05 EXPERIENCE
A. Contractor shall utilize staff and/or a subcontractor that has been directly responsible for
completion of a project that required sewer diversion pumping of sewage flows in excess of
15 mgd and with total project lengths greater than 10,000 feet. Provide project names and
descriptions of 3 projects completed in the last 3 years.
B. HDPE fusion welding must be performed by personnel certified as fusion technician(s) by
the manufacturer of HDPE pipe and/or fusing equipment.
PART2-PRODUCTS
2.01 PUMPING SYSTEMS
A. Provide diversion pumping system of sufficient capacity to carry 125% of the average daily
flow times the provided peaking factor as noted in Paragraph 3.01 during bypass operation.
B. For diversion pumping systems with required capacity equal to or less than 2 MGD —
Contractor shall maintain on site, the following minimum requirements for all diversion
pumping systems:
Sufficient equipment and materials to ensure continuous and successful operation of
the diversion pumping and dewatering systems. The COMPLETE diversion pumping
system, including all piping, shall be continuously monitored by Contractor personnel.
2. Provide a standby pump, equal in capacity to the largest pump in the system, piped,
plumbed and ready for operation. Standby pumps shall be fueled and operational at all
times.
3. Maintain on site a sufficient number of valves, tees, elbows, connections, tools, sewer
plugs, piping, hoses and other parts of system hardware to ensure immediate repair or
modification of any part of the system as necessary.
C. For diversion pumping systems with required capacity greater than 2 MGD - Contractor
shall maintain on site, the following minimum requirements for all diversion pumping
systems:
Sufficient equipment and materials to ensure continuous and successful operation of
the diversion pumping and dewatering systems. The COMPLETE diversion pumping
system, including all piping, shall be continuously monitored by Contractor personnel.
2. Provide a sewer pipe plug with a suitable lifting lug connectors for chain attachment to
allow efficient and prompt removal. Sewer plugs with cable attached for removal will
not be permitted.
Provide two standby pumps, equal in capacity to the largest pump in the system,
piped, plumbed and ready for operation. Standby pumps shall be fueled and
operational at all times.
Diversion Pumping 33 01 40-3
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1A
wer InterAptor
Rehabilitation
1320 South UnIvmrIy
Noll
1� UnW.Ry Cntm 11, Suit. 450
m
FW WOO, TX 76107
Tel 817-820-0420
—1wHinc,cown
\
�j
DtG-TESS 11-1110,I)IG-TESS) IOR UTILITY LOCATES NO LATER
'
!THAN TWO FULL WORKING
DAYS PRIORTa COMMENCING
MM
mom
Noun
M■
DESK3NED$Y GEW
!DRAWN Oy� OPS
CHECKED Or �n
DATE: SEPTeMER 2DId
MEN
e
g
BID PACKAGE iA
SHEETLAYOUT-
KEY „•
No Text
poop—
T. PA,
III
F7�
t. prwow A3 Mr FWTM
o SPEC
=33 Of
39.16 CLOSEDCMCW TVXV6 M W"SPEVMk OF
50" LMS � 3 MID CLEV"
OFFL*X FOR NXM&W
woopodym
2. FOR Ac= ao UNIIS OF CORPRUCT4K
SR S-ECWAIKM SEMN W W 30,1&
1 HM%ZONTM WCS f Y K PMMW
W— " SIS" TWt7 N ROF
DUKYM Nm w on"" N01FT
wxft " Dl;wm -JEWTELY N
WANH= — K -STR a T-EA
WCAT*" ONLY RFTN WWnV4
OF TW C09A,
4. A WP OF FPE WMAW LOMMNS tS
♦YNUBIL HERE:
Canyon Lakes San"
Semw rcept"
RehWHhfttWon
*'I?""bb6&.,,
Lu,
U—MVC— S�ft4W
FM W�, TX m 07
TOM7420AXM
DK;-MSSNOTE:
*NTRACTOR SRAU CONTACT
*04ESS (I 4*'OKFMSS) FOR
nWTY LOCATES NO LAtW
TW/ TWO F= WOWW.
AYS PR" TO COW?*-KWG
I ftvmooNs I
Fft.E LOG
I .SIGKO BY: GM
IAWN BY OFS
*CKEO BY' JCR
NTE: SEPTEVMR 206
BID PACKAGE IA
CLEAN & CCTV
CANYON EA" LOT
NWL4)07 TO MWLa6
SEGMENT27
C-102
No Text
a 20 0 w
s Son"
Canyon LaWm
keeptor
Swoor c
Rehabliftaflon
lto,macl—f
;*Lubbb�k
Im
U"" C�" 0, Suft Aw
Fon WVVI, Tx "107
MMTT
TdM7404420
Dr—TE33 NOTE'
K"roft (M= A' kVM-
CONTRACTOR SHALL CONTACT
DIGrMf140"WnS$)FCR
VV, " 0'
3DIS CLCSM Cocuff TDAVMM
LITIMY LOCAM NO LATER
0,
THAN TWO FtAl WORKING
DAYS PRPOR TO COMMENCM
X"" LOC MR ADMOM
SCOLVMWM
ORAOINGPAV04K:OHSTRUCTION
I FOR ACCM AM UWrS OF
CohMocw SEE SPE�
TCTK)M 33 *1 30.10,
1 ALL lwoft VWT�w ?w
FROM
To =900"S
SA FRAM
2pm TO MOM"
FFLE
1. +002WAL 5DQS -1 BE vocstm
WrMM THE SYSIUW TIW AM MOT
MVTM hm w 00mm ww,
0"XR Aw D*pw SOMWELY
KW UV#W MAY K MWALLED 9
vim[ tccgD,6 0 y N wwnym
WL-MS To at ptmw Aw
KMA= ly, mom (C.""'n
0. I MIP OF FOE NeORMfT Lawl
A%V.A&LE MEFT-
Cow
IDEMNEOSY;
DRAWN BY, we
CMKXED BY: JOR
DAIS' SEPTEUSER 20M
BID PACKAGE 1A
CLEAN. CCTV & NEW MH
JOYLAND
NVYL-W TO NVUL-M &
NWL-M TO RWL4B
C-104
MATCHWNE
ATCHUNE STA 232+00 - SEE SHEET C-106 fis
a ;11pp �gg Q
11 s y� 1 x 1y
� s
r
i
3NIIHXYA
Yt9'Atr 4itR�YiC�j/
,
m 222� i'�
m s
E`)
MATCHUNE - -A . !i C-105
I A
oh IN a _ J►
Nil�,tl HM€g
tar oC J :' I 5 i, E to
lied a=�'�
fil mgygm �� h.
M III MHO '11
.. N A • d d n d a it
�'. i.'S 58ia — OS+SZZ Y1S ilal ill-. In
1
�-j
V�
J
L33HS SIHi - 00+s1Z Y1S -
133HS SIHL - 09+2ZZ Y1S 3HnH31YA '
we f4. ILL �� a y �-.,�eW-,q n.r_. : ^�kt'�✓. �-�' w�Y.+-
a .,r �r-� 0 1 �.il.'w�. x.a...v . ��✓N.. .mow. r�cFp ...e .s..+ta
k
i
rypim
MANHOLE ODM
S42
EAST JORDAN IRONWORKS 148OAlPT COVER
(OR APPROVED EQUAL)
i
D I111tDID CM
r ItaT awe
aU tnnoatvew
�• W 2-y, rr�I
t t/t 80LTtOL!
DETAIL
3 yr Tir
tucnox view w Ha ten)
� r
rwmwt nTw
WATER TIGHT MANHOLE COVER DETAIL
NOT TO SCALE
EAST JORDAN IRON WORKS 1480APT ASSEMBLY
(OR APPROVED EQUAL)
atw.xw
4a'
'�.nr
eta tanrt���,>R
ttenon vRw
BOLT HOLE DETAIL
. aitr
( m Ha nao)
FRAME SECTIDN
WATER TIGHT MANHOLE ASSEMBLY DETAIL
NOT TO SCALE
CLaNtsanyon
RehablUtadon
Lubbock
ttaa,
wn...
1320 South L w*Oda,
L"mr T CMMn B, Edro rS0
Fat Worth, TX T8107
TT817-82G 0420
ItrvYtamm
DKN-TESS NOTE:
*NTRACTOR SHALL CONTACT
MO -TEES (1-OD" -TESS) FOR
RILT' LOCATES NO LATER
TAN TWO FULL WORIONO
IAYS PRIOR TO COMMENCING
.--r. ..
I FILELOG
iES* NW BY, GCW
MRAWN BY. OPS
S&CKEDBY: JCA
iATE: SEPTEMM 20te
I BK)PACKAGE 1A I
LUBBOCK DETAILS
SHEET 1 OF 2
C-501
~_,. �-'�✓_.^ iG�---� f'--^--•r.--.--+�i '"�^ ,�'����`� t^`r� 1"1`� r'� ca�� 4
IN
L
ASPHALT PAVEMENT
CUT REPAIRS
- ---- - ----------
TYPICAL
MANHOLE FLOOR
ana
AND
Canyon Labes Sanitary
Sewer Interceptor
Rehabilitation
*owe
Lubb66k
Lodwood, ArdwAs
Lan
1320 S-Ul Unlvemfty DM,
ww—jty C.n" 11, Sub 450
FWWorth, TX 6107
Tat 81 7-82G.0420
�mn.ln—
DIC-TESS NOTE.
HAN TWO FULL WORKING
lAYS PRIOR TO COMMENCING
RADINGIPAVINGICONSTRUCTION
REVISIONS
FILE LOG
WSKIKO By: Gt
RAWN BY: OPS
:HECKFDS : MR
IATE: SEPTEMBER 2016
BID PACKAGE IA
LUBBOCK MAILS -
SHEET 2 OF 2
C-502
-, i... � — _ �-_ .. � _ � a .� �, � _ ,�,, � r �, -, __