Loading...
HomeMy WebLinkAboutResolution - 2013-R0454 - Contract - Henthorn Commercial Construction - South Fueling Facility Renovations - 12_19_2013 (3)Resolution No. 2013-RO454 December 19, 201X3 Item No. 5.22 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 11624 for South Fueling Facility Renovations, by and between the City of Lubbock and Henthom Commercial Construction, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on ATTEST: December 1 " "' " L�� I 'ZS Rebel a Garza, City Secretary APPROVED AS TO CONTE Scott Snider, Assistant City Manager Community Services APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs/RES.Contract-Henthorn Commercial November 20, 2013 CITY OF LUBBOCK SPECIFICATIONS FOR South Fueling Facility Renovations RFP 14-11624-MA CONTRACT 11624 PROJECT NUMBER: 92240.8302.400000 Plans & Specifications can be downloaded from: Bidsycn.com a��3 r�oys� City of wxLubbock KK.TEXAS CITY OF LUBBOCK Lubbock, Texas Pate Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 14-11624-MA Before submitting your bid, please ensure you Dave completed and .included the following documents in the order thoy are listed. Tho contractor is only to submit (1) one original copy of.every itein listed. 1. X_ 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. 3. __ 5. _X 7. X_ 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. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. Ensure your bid is RECEI D by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. Complete and sign the SAFETY RECORD 'QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. hclude f-irm's FFDERAL TAX ID number or Owner's SOCIAL SECURITY number. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. i 1' i 1.'low, 1 9. _X Complete and submit the FINAL LIST OF SUB -CONTRACTORS. _ TYLER HENTHORN (Type or Print Company Name) Pale Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 2267 4. 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 5. 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 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Pate Intentionally Left Blank I NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS i RFP 14-11624-MA 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 3:00 p.m. on November 12th , 2013or 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: "South Fueling Facility Renovations " 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 3:00 p.m. on November 12th , 2013, and the City of Lubbock City Council will consider the proposals on December 19th 2013 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon .:' thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the saine as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 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 30`h 2013 at 11:00 a.m. in Purchasing Conference Room 204, 1625 131h Street, City Hall, Lubbock, Texas. Offerors may view the plans and specifications can be downloaded on bidsync.com. 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, Aarta -AC-v ir2Z Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish South Fueling Facility Renovations per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m., November 12th, 2013 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 14-11624-MA, South Fueling Facility Renovations " and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory Room 204, 1625 13"' Street, City Hall, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract �� 1 Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS I 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself withi all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and. Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 2 1-1 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(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the 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 } 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 P J g Pp tY and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive t . proposals. It shall be the offerors res op nsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, 3 ; inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ".ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@nylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within (120) ONE HUNDRED TWENTY CONSECUTIVE CALENDAR DAYS and attain Final Completion within (150) ONE HUNDRED FIFTY 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. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP 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 thud party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times i . while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each 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 immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be 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: Henthorn Commercial Construction 29.3.2 Proposal RFP 14-11624-MA - South Fueling Facility Renovations 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. r-. 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(c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, 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. (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 Local Government Code Section 2267. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire," the Contractors Experience Modification Ratio, and Company Safety History. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will be given zero (0) points for the Safety Record j Questionnaire. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, 10 _ supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $ 900,000 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu �` 11 4 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. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. i t 12 TEXAS LOCAL GOVERNMENT CODE & 2267 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In detennining 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. Pate Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank f1 *REVISED* PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: November 12, 2013 PROJECT NUMBER: RFP 14-11624-MA - South Fueling Facility Renovations Proposal of Henthorn Commercial Construction (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 and improvements at the Lubbock South Fuel Site 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 DESCRIPTION AND UNIT PRICE UNIT TOTAL NO QUANTITY PRICE PRICE I Mobilization, bonds, and insurance for the lamp l LS sum price $ 0,)/LS $ 2 Remove and dispose of existing petroleum storage I LS tanks, concrete cap (178 sy) and all related work as illustrated in plans andspecified per lump sum. $54 9 001LS $ fIo Q 3 Remove dispensers, Fuel Master unit with pedestal, I LS light poles, piping and all related work as illustrated in plans andspecified per lump sum. $ O /LS $ 4 Remove electrical shed, disconnect/remove electrical panel at meter, disconnect and relocate air 1 LS compressor and all related work as shown in plans and asspecified per lump sum. Is MX /LS $ 5 Demolition of 1340 square yards (area 2 on Sheet 19,805 1340 SY 5) of asphalt pavement and subsoil as shown, _ remove and dispose per square yard. /SY $ zoo_ 6 Demolition of 55 linear feet of concrete curb and 55 LF gutter as shown, remove and dispose per linear foot. $/LF $ 7 Demolition of 177 square yards (area 4 on Sheet 7) 177 SY of asphalt pavement and subsoil as shown, remove and dispose per square yard. $ /SY $ aU . 8 Demolition of 128 square yards (area 4 on Sheet 7) 128 SY of concrete pavement and subsoil as shown, remove and dispose per square yard. $ /SY $ I T�—Offeror's Initials (a *REVISED* ITEM ESTIMATED UNIT TOTAL NO QUANTITY DESCRIPTION AND UNIT PRICE PRICE PRICE 9 l LS Demolition of 28 square yards of concrete sidewalk, remove associated soil, and remove 42 if of fence with footing for new drive as shown, p� 3 �� remove and dispose per lump sum. $NOD LS $ 10 50 SY Demolition of 50 square yards of asphalt pavement (area 5) as shown on Sheet 8, remove and dispose 11 n per s are yard. $. /JO /SY $ 1 2� I l I LS Furnish and install two fiberglass double wall fuel storage tanks (20,000 gallon and 30,000 gallon) as shown and as specified, complete and in place per lump sum. $1 90 #6 �J/LS $ 12 l LS Furnish and install gasoline and diesel fuel piping with leak detection and vapor lines as shown and specified, complete and in place per lump sum. $5' 4 i /LS $ 13 1 LS Furnish and install electrical power to fuel system, with the circuit breaker panel located in the control building and emergency disconnect push buttons as ' 9 5 0 shown ands specified per lumpsum. $,n /LS $ 14 l LS Furnish and install leak detection and monitoring system with control system and associated components to interface with Fuel Master System for an operational system as shown and specified p per lump sum. $ 910 /LS $ l 15 1 LS Furnish and install two gasoline and four diesel dispensers as shown andspecified per lump sum. $30AL/LS $ 16 407 SY Furnish and install replacement 407 square yards of 104, 798 asphalt or concrete pavement as shown and M 00 specified, complete and in place per square yard. $ /SY $ 17 337 CY Furnish and install 337 cubic yards of concrete 94 , 926 pavement as shown and as specified, complete and TI `-�-1 in lace per cubic yard. $ 251, 6L/CY $ Jr 18 6 CY Install a 25' x 10' concrete pad (6 CY) as shown on 6555_ Sheet 12 andspecified percubic yard. $ UQ7.S/CY _ A. _ $ $� 19 1 LS Provide and install 9' x 12' metal building with R panels and 3' wide insulated entrance door as q41'�' illustrated per lump sum. $ /LS $ 20 l LS Furnish and install two light poles with dual lamps Deducted as shown/specified complete and in place per lump SUM. $J JLS $ �OtTeror's Initials *REVISED* ITEM ESTIMATED UNIT TOTAL NO QUANTITY DESCRIPTION AND UNIT PRICE PRICE PRICE 21 1 LS Development, design, and implementation of the excavation and support protection systems — furnished and installed, monitored, complete and in n s woo Lace ass specified per lump(1 sum. $2S- /LS $ 22 1 LS Development, design, and implementation of the Storm Water Pollution Prevention Plan including necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, monitored, complete and in place as specified r (� S p 60 per lumpsum. $ toOILS $ O 23 1 LS Allowance for materials testing per lump sum. $ 10,000 $ 10 000 /LS TOTAL BASE BID Items 1 thru 23 Total Base Bid: $755,824 E.G._ Offeroes Initials Fu *REVISED* ALTERNATE BID A ITEM ESTIMATED DESCRIPTION AND UNIT PRICE UNIT TOTAL NO QUANTITY PRICE PRICE A 1 2500 SY Furnish and install 2500 square yards of asphalt seal coat as shown and as specified, complete and in place per square ard. A2 I LS Furnish and install a four post 24' wide by 72' long canopy 18' high with lighting over dispenser area as shown with bolt pattern and pre engineered for this location, complete and in place per lump sum. Base Bid line item 18 would be deleted if this AA `y 00 is selected. $ /LS $ 1 A3 I LS Furnish and install emergency natural gas 22 KW generator with emergency transfer switch as shown and as specified, complete and in place per lump SUM. $ /LS $ 12 /o QS-Q TOTAL ALTERNATE BID A ITEMS Al thru A3 $ ALTERNATE BID B ITEM ESTIMATED DESCRIPTION AND UNIT PRICE UNIT TOTAL NO QUANTITY PRICE PRICE B 1 2500 SY Furnish and install a 1 ''/2" asphalt overlay on asphalt as shown and as specified, complete and in lace per square yard. B 2 I LS Install and connect a 1 inch air line from air compressor shed to the middle dispenser island with isolation valves on each end and roll dispenser c� O (25 foot hose) in plans ands specified per lumpsum. $ dt (� /LS TOTAL ALTERNATE BID B ITEMS B1 thru B2 $ $2,900.00 ALTERNATE BID C ITEM INFO ESTIMATED QUANTITY DESCRIPTION AND UNIT PRICE UNIT PRICE TOTAL PRICE C I 1 LS Furnish and install two composite double wall fuel storage tanks (20,000 gallon and 30,000 gallon) as shown and as specified, complete and in place per lump sum. Provide Specification for composite tanks. This AA bid item will replace Base Bid item #9 if selected. $ -/i,- TOTAL ALTERNATE BID C ITEM CI ${J- - - - - - - - - - Total Bid $827,774 -�Offerar's Initials *REVISED* Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (120) ONE HUNDRED TWENTY CONSECUTIVE r CALENDAR DAYS and attain Final Completion within (150) ONE HUNDRED FIFTY CONSECUTIVE 5 CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $400 (FOUR HUNDRED DOLLARS) for each r day in excess of the time set forth herein above for completion, and the sum of $200 (TWO HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): One hundred and twelve days; 112 days l The proposed number of calendar days to final completion. (Number followed by written): One hundred and forty days; 140 days 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 time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which lie has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of. Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 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 5% of Greatest Amount Bid Dollars ($ 5% GAB ), 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—th"ate of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror's Initials 1 Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Henthorn Commercial Construction LLC as Principal hereinafter called the Principal, and The Guarantee Company of North America USA a corporation created and existing under the laws of the State of Michigan whose principal office is in Southfield MI as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars ($5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for New South Fueling Station NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such g bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 12th day of November, 2013 Henthorn Commercial Construction LLC (Principal) By (SEAL) The Guarantee Com of North America USA (Surety) By r'"-'`- (SEAL) Johnny M s At orney-in-fact 3 THE GUARANTEE COMPANY OF NORTH AMERICA USA j Southfield, Michigan ''►o.�` a POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Richarrl W. Daiker, Tony Fferro, Johnny Aloss, Jay Jordan, Mistie Beck, Robert G. Kanuth of Rockwall, Texas Richard TV Daiker, Tony Fierro, Alisde Beck, Robert J. Shuya of El Paso, Terns K & S Group, bic. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of r indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. I The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the i principal office. f The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31'r day of December, 2003. i The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: i 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below 3. in connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and --- construction contracts required by the State of Florida Department of Transportation. it is fully understood that consenting to the Slate of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety - company of any of its obligations under its bond. 4. in connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting 3 duly called and held on the 6lh day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. GJ�r�+T�o4 IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and L its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. C* Jyt THE GUARANTEE COMPANY OF NORTH AMERICA USA euEa`� 0kC4_____ /Z__Ite�� STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of i Cynthia A. Taka/ IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North America USA offices the day and year above written. County of Oakland Ly 6 6 04 t: My Commission Expires February 27, 2018 Acting in Oakland County 1, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify thatthe above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, whkh-is still in full force and effect. J��Ee�a IN WITNESS WHEREOF, I have (hereunto set my hand and attached the seal of said Company this I ,day of Q V( 20 Randall Musselman, Secretary CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General infoi-madon Organization Doing Busine Henthom Commercial Construction Business Address of Principle *ffice 6901 Upland #10 Lubbock•• Telephone Numbers 806-438-4285 Main Number :16I 1 • •• Fax Number :1• 1. 1 1 Web Site Address • • ness (Check One) Date of • /• • Ohl 1 1. state ofIncorporation • LTIII • President's Name Michael Henthorn Vice President's Name(s) Tyler Henthorn secretary's Name Kathy Varner NO, NOW Henth• Commercial Construction Business Address .I •1 Lubbock 79464 NumberAverage Employees mon No L' Estimate of Revenue for IU Contfa+Ytot's, Otkanifational ExpMence Organization Doing Business As Henthorn Commercial Construction Business Address of Regional Office 6901 Upland #10 Name of Regional Office Manager KathyVarner Telephone Numbers 806-438-4285 Main Number 806-470-6169 Fax Number 806-209-0220 Web Site Address henthorncommercial.com " g List of names that this organization currently, has or anticipates operating tinder over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: 4 As a General Contractor 5 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? n0 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 local, state, or federal agency within the last five ears? no If yes provide fiili details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? no If yes provide hill details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? no If yes provide fall details in a separate attachment. See attachment No. Contradtor'* Pi-oposc l Key Pe►sonnd Organization Doing Business As EM A Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Michael Henthorn- President/ CEO Tyler Henthorn - Vice President Rhett Dawson - Lead Project Manager Heath Davidson - Superintendent/ Project Mgr. 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. Tyler Henthorn - Construction Manager Rhett Dawson - Project Manager Heath Davidson - Superintendent �.ILI 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 Rhett Dawson Tyler Henthorn Project Superintendent Heath Davidson Mike Allen Project safety officer Tyler Henthorn Heath Davidson Quality Control Manager Tyler Henthorn Rhett Dawson 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 Proposeig Project Manag%m Organization Doing Business As Henthorn Commercial Construction 4. b Name of Individual Rhett Dawson Years of Experience as Project Manager 10 Years of Experience with this organization 5 Number of similar projects as Project Manager 4 Number of similar projects in other positions 6 Current Project Assignments 4 Name of Assignment Percent of Time Used for Estimated Project this Proiect Completion Date Reference Contact Information (listing names indicates a roval to contactingthe names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone hone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual EM Candidates role on Project Heath Davidson Years of Experience as Project Manager 1 Years of Experience with this organization 1 Number of similar projects as Project Manager 0 Number of similar projects in other positions 2 Current Project Assignments Name of Assignment Percent of Time Used for this Proiect Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 13 Propbsed ProJM SupetS iMndent ization Doing Business As Name of Individual Heath Davidson Years of Experience as Project Superintendent 4 Years of Experience with this organization 1 Number of similar projects as Superintendent 1 Number of similar projects in other positions 2 Current Project Assignments 2 Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date Reference Contact Information (listing names indicates ap oval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization E-mail E-mail Project Project Candidate role on Candidate role Proiect on Proiect Name of Individual Mike Allen Years of Experience as Project Superintendent 2 Years of Experience with this organization 3 Number of similar projects as Superintendent 2 Number of similar projects in other positions 1 Current Project Assignments 2 Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date Name Name "Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 14 Propo" Project S.duy Office ion Doing Business As Name of Individual Tyler Henthorn Years of Experience as Project Safety Officer $ Years of Experience with this organization 5 \umber of similar projects as Safety Officer 1 Number of similar projects in other positions 1 Current Project Assignments 5 Name of Assignment Percent of Time Used for Estimated Project this Proiect I Comoletion Date Reference Contact Information (listing names indicates ap al to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Or anization Telephone Telephone E-mail E-mail Project Project Candidate role on Proiect Candidate role on Proiect Name of Individual Rhett Dawson Years of Experience as Project Safety Officer 5 Years of Experience with this organization 4 Number of similar projects as Safety Officer 5 Number of similar projects in other positions 6 Current Project Assignments 5 Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date Name Name Title/ Position 'Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 15 ProposL•Itl Projttt Quality Control Manager Doing Business As Henthorn Commercial Const. Name of Individual Rhett Dawson Years of Experience as Quality Control Manager 2 Years of Experience with this organization 4 Number of similar projects as Quality Manager 4 Number of similar projects in other positions 4 Current Project Assignments 5 Name of Assignment Percent of Time Used for Estimated Project this Proiect I Comnletion Date Reference Contact Information Oisting names indicates approval to contactingthe names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Proiect Candidate role on Proiect Name of Individual Tyler Henthorn Yews of Experience as Quality Control Manager 3 Years of Experience with this organization 5 Number of simi lar projects as Quality Manager 6 Number of similar projects in other positions 7 Current Project Assignments 4 Name of Assignment Percent of Time Used for Estimated Project this Project I Completion Date ,\Tame Name Title/ Position Title/ Position Organization Organization Telephone `rele hone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 16 Contractor's Project Experience and Resources Organization Doing Business As Henthorn Commercial Const. Provide a list of major projects that are currently underway. or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: I . Contract administration ?. Management of subcontractor and suppliers 3. Time management 4. Cost control .5. Quality management 6. Project site safety 7. Managing changes to the project 8. ,Managing equipment 9. Meeting HUB / MWBE Par tici ation Goal Provide a list of major equipment ►n osed for use on this project. Attach Additional Information if necessar Egt►ipntent Item Primary Use on Project Own will Lease y track LiftMoving and lifting materials X Front End Loader Digging and moving dirt } 9 < 8 d4R b $ What work will the organization complete using its own resources? Fencing, Shed, Barriers, Supervision, existing equipment removal, Canopy What work does the organization propose to subcontract on thisproject? Dirt work, Electrical, Tanks, Dispensers, Fuel Systems, Concrete, Asphalt ; Steel 17 Contralfor's SubEontra@tors antl VeWors Organization•rn Commercial Const. EON Work to ® • i b. Provided • •Petroleum • • _ I Install all electrical for new site I I I Complete all dirt work, concrete new areas Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above usini the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Furnish Furnish HUB/M Vendor Name Equipment / Material Provided Only and WBL Install firm IN ry , HENTHORN ML. ;:,• COMMERCIAL CONSTRUCTION E-mail - mlke@henthorncommercial.com P.O. Box 64190 Lubbock, Texas 79464-4190 806.781.2148 Henthorn Commercial Construction, a Texas L.L.C., was formed in June of 2008. Although the company name is new, the owners of the company, Tyler and Michael Henthorn, are not new to the commercial construction industry. Listed in this document is a summary of the background and experience of Michael Henthorn. Work Experience Henthorn Commercial Construction, LLC. — Lubbock, TX 2008 - Present Owner Caprock Construction Company — Lubbock, TX 1985 — 2007 Co -Owner and licensed general contractor since 1985 Responsibilities: Design and construction of new restaurants and major restaurant renovations. Design and construction of various commercial office and retail facilities (see project history listed below). West Texas Diner, Itd. - Lubbock, TX Co-owner 2001 — Present Responsibilities: All aspects of the daily, weekly and monthly operations of 4 Home Plate Diner restaurants. Manage above restaurant level supervisors in day-to-day operations. IBM Corporation — Lubbock, TX Systems Engineer/Account Representative, General Systems Division 1975 — 1981 Responsibilities: Sales and implementation of computers and accounting software in companies throughout West Texas and Eastern New Mexico. Specialized in manufacturing, construction, agri-business and state and local governments. Specific Experience More than 22 years budgeting and managing commercial construction projects, including managing sub -contractors as well as my own tradesmen. Extensive experience interfacing with corporate architectural and engineering departments as well as private architectural firms. Reasonably proficient in AutoCad drafting and design. Approach restaurant design and construction from an owner/operator's point of view. Currently employee crews that can accomplish framing (wood and steel), drywall installation and finish, trim and finish carpentry including cabinetry, painting and wall coverings and concrete placing and finishing. Work with a wide variety of suppliers on a national level to accomplish successful completion of commercial restaurant projects. 7 Henthorn Commercial Construction resume — Page 2 Consulting TriCon National Facilities Council — Louisville, KY 1985 —1992 Responsibilities: Met quarterly with TriCon architectural/engineering representatives and national franchise representatives to analyze, critique and advise concerning restaurant design and construction of TriCon branded restaurants. Reviewed and analyzed plans of various other national restaurant chains. Served 2 three-year terms by invitation. Worked with Luigi Salvaneski (facility and planning consultant for McDonald's Corp.) and Steve Gogul (head of facility planning and real estate acquisitions for Burger King). YUM! Brands National Building Council - Louisville, KY 2006 — 2008 Responsibilities: Meet bi-annually with YUM! Brand architects, engineers and other independent general contractors to analyze and critique all aspects of YUMI Brand restaurant design and construction. Help to develop standard plans to be built by the entire corporate system. Marketplace Community Development Corporation 2004 — Present Responsibilities: Meet quarterly or as required with the board of MCDC to advise on all aspects of development of and construction on a 64 acre tract of land at 45th and Milwaukee in Lubbock, TX. Served as owner's representative during the construction of 28,000 square foot church facility on this tract. ADDENDUM Henthorn Commercial Construction is licensed as a general contractor in Lubbock, TX. We will obtain licenses in additional municipalities on an as needed basis. Neither Henthorn Commercial Construction nor Caprock Construction Company has ever failed to complete any project that they have been awarded. Neither Henthorn Commercial Construction, Caprock Construction Company or any of their principles have or have ever had any judgments or liens filed against them. We have never been involved in a suit or arbitration regarding any aspect of our construction work. PROJECT HISTORY FOR MICHAEL HENTHORN NEW CONSTRUCTION KFC/Lov John Silvers Restaurant Completed 12/2007 7601 82" Street Lubbock, TX 3,000 sq. ft. retail restaurant Owner: West Texas Foods, Inc. Architect: YUM! Brands A&E (Chris Byars) Lubbock, TX 79424 Louisville, KY City View Christian Fellowship 4501 Milwaukee Lubbock, TX 26,000 sq. ft. worship and education center Owner: City View Christian Fellowship Lubbock, TX 79407 { KFC/Long John Silvers Restaurant 509 Lubbock Road Brownfield, TX 3,000 sq. ft. retail restaurant Owner: West Texas Foods, Inc. Lubbock, TX 79424 Stan's Car Stereo 7908 University Ave. Lubbock, TX 2,000 sq. ft, Audio retail store and shop Owner: B & S Edwards Properties Lubbock, TX 79424 Weinerschnitzel 1204 50th Street Lubbock, TX 1,400 sq. ft. retail restaurant Owner: B & S Edwards Properties Lubbock, TX 79424 St. Luke's United Methodist Church 3708 45th Street Lubbock, TX Completed 7/2006 Owner's representative/consultant Architect: PS Dewberry & Assoc. (Susan Wright) Plano, TX Completed 11/2005 Architect: YUM! Brands A&E (Ann Whittington) Louisville, KY Completed 12/2004 Designer: Michael Henthorn Lubbock, TX Completed 8/2004 Architect: Galardi Group Los Angeles, CA Completed 9/2000 7,500 sq. ft. addition and remodel Owner: St. Luke's United Methodist Church Lubbock, TX 79415 Project History — Page 2 KFC Restaurant 6411 191h Street Lubbock, TX 2,700 sq. ft. retail restaurant Owner: West Texas Foods, Inc. Lubbock, TX 79407 Architect: Cox/Dirks Architects (Bill Cox) Lubbock, TX Completed 11/2000 Designer: Michael Henthorn Lubbock, TX Comet Cleaners Completed 10/1999 1518 John Ben Sheppard Parkway Odessa, TX 2,300 sq. ft. retail dry cleaner and plant Owner: B & S Edwards Properties Designer: Michael Henthorn Lubbock, TX 79424 Lubbock, TX 1984 —1999 Nine design/build retail restaurant projects in Lubbock, Midland, Odessa, Big Spring and Plainview. Details available upon request. 1982 — 2008 26 major commercial remodel or demo and rebuild projects, office and retail finish -outs and high end residential projects. Details available upon request. 4PHENTHORN COMMERCIAL CONSTRUCTION E-mail - tyler@henthorncommerclal.com OBTECTIVE P.0 Box 64190 Lubbock,Texas 806-470-6169 TYLER HENTHORN Our ultimate goal is to provide a quality service to respected clients while maintaining both a business and personal relationship through integrity, commitment and the overall craftsmanship of each project. WORK EXPERIENCE Henthorn Commercial Construction, Lubbock, Tx Dec 2008- Present Owner/Partner r My family and I moved back to Lubbock in December of 2008, and I have since started a partnership with my rather, Mike Henthorn, forming Henthorn Commercial Construction. Mike has been building small to medium commercial properties in Lubbock for 25 years. I have been building larger commercial building for G years. We currently employee a crew of seven, that individually have over 20 years in the construction industry. These tradesmen are proficient in all areas from concrete to the finish carpentry. We believe through our professionalism, timeliness and the ability to be financially responsible on our projects, we will have many loyal long-term clients. Turner Construction Company, Philadelphia, Pa July 2007- Nov 2008 Project Manager/Superintendent We moved to Philadelphia in June of 2007, was hired by Turner in July 2007 and assigned a Superintendent position in the Special Projects Division. Our team's focus was the health care industry. While employed by Turner I completed a $1.5 million dollar outpatient surgery renovation, a $3.5 million dollar 4th floor Cath Lab renovation and a $3.9 million dollar CT/MRI addition and expansion in Berlin, NJ. Throughout all these projects, I played the roles of both the Superintendent and Project Manger, from buying out the jobs, to the day to day operations of the jobs, to closing them out. Also, I had as many as two collage interns working with me during the two of these projects. Lee Lewis Construction Inc., Lubbock, Tx June 2004- July 2007 Superintendent ■ Responsibilities include: Project Superintendent for both ground up and renovation construction, field supervision including coordination of sub -contractors, maintaining schedules, safety reports, and Storm Water Pollution Prevention Plan maintenance and in charge of weekly progress meetings. Supervised over $8 million dollars in projects at one time, including work on the Texas Tech University campus. Caprock Construction Co., Lubbock, Tx January 2001- May 04 Superintendent/ Carpenter Provided field supervision and physical participation in construction of restaurants (both new construction and renovations); management of blue prints/ contract documents; assistance in accounting and budget maintenance of each projects; material take -off and purchasing. Texas Tech University - Jerry S. Rawls College of Business BBA General Business — May 2004 Graduation COMPUTER SKILLS Proficient in PC software including Microsoft Word, PowerPoint, Excel, Email, Internet Explorer, CAD, Primavera Contractor and Expedition, Prolog, Microsoft Project CONSTRUCTION SKILLS Proficient in employee and sub -contractor management, maintaining schedules, field supervision, maintaining contractor/owner relationships, building layout including the use of many construction instruments. Experience in footing excavation, structural and site concrete work, rough and finish carpentry waterproofing and sealant installation, interior drywall and layout, MEP coordination and installation of various specialties. OSHA 30-hr certified. Project Management skills include: luring subcontractors, designing schedules, organizing all pre - construction meeting, proper procedures for generating BFI's and submittal reviews, maintaining weekly budget reports, purchasing, organize owner -architect -GC meeting and maintaining meeting minutes throughout the entire project and closing out projects. (as-builts, operations and manuals, warranties, subs guarantees, and any necessary training) REFERENCES _ Available Upon Request *Project experience list attached* HENTHOR P.O. Box 64190 Lubbock, TX 79464-4190 COMMERCIAL CONSTRUCTION (806) 626-4582 E-mail: - rhett@henthomeommercial.com Objective: Summary: Education: RHETT- J. DAWSON • To pursue a well established position while achieving goals set by the company and myself. • Four months experience as a project manager, cost estimator, superintendent, designer for Henthorn Commercial Construction • Two years & eight months experience as a project manager and quality control manager, cost estimator, and superintendent for Nations Construction Management. • One year and seven months experience as a project manager and cost estimator for T MAK Construction (a site development and underground utility company) • Four years experience as an architectural designer & owners representative for Graham Brothers Entertainment working on receiving my architectural license • During high school and college, I managed my time as a carpenter, an employee for Lowe's Home Improvement, and an employee for The Home Depot • Bachelors Degree in the School of Architecture at the University of Texas Tech • High School Diploma from Amarillo High School, graduated class of 1996 • Bachelor of Science in Architecture — 5 year degree, May 2003 • University of Texas Tech in Lubbock, Texas • Graduated with a 3.0 on a 4.0 scale • 10 hour OSHA certification course completion — Construction Safety & Health Work Experience: • Henthorn Commercial Construction o Project Manager / Cost Estimator / Superintendent in Lubbock, TX o Dated from August 2010 to present o Currently completing new Chapel on existing church in Lubbock, TX as project manager and superintendent. Cost: $1 million. o Designed Golf Headquarters retail store while coordinating with Engineers and City of Lubbock o Completed interior finish -outs in retail, physician clinics, etc. in Lubbock, TX. Cost: $ l0k - $80k Nations Construction Management o Project Manager / Quality Control Manager out of Houston, TX o Dated from December 27, 2007 to August 2010 o Currently completing La Quinta Inn & Suites in Lubbock, TX as project manager/cost estimator/superintendent — a 42 Unit addition to an existing hotel while in operation valued. Cost: $2.2 million. o Completed 360 Unit apartments for the Dallas Housing Authority (DHA) with community & multipurpose facilities and courtyards as the project manager. Cost: $20.1 million. o Completed Allegiance Medical Center remodel in Midland, TX as the project manager/cost estimator— 100,000+ sf facility built in the 1970's that had to be remodeled and updated to current codes. Cost: $532,000 o Completed Raider Ranch project as project manager/superintendent - an assisted/independent living gated community on the west side of Lubbock valued at $58 million. o Completed project in Amarillo, TX at B&W Pantex DOE site as project manager/superintendent working with Department of Energy engineers, project managers, and safety inspectors while involved on a site in a restricted area on a nuclear facility that security police officers (SPO's) will operate and facilitate from valued at $5.8 million. T-MAK Construction o Project Manager / Cost Estimator in Corpus Christi, TX o Dated from March 15, 2005 to December 22, 2006 o Estimated & managed several projects that ranged from $396,000 to $2.3 million o Work primarily with superintendents, civil engineers, city officials, owners, and general contractors o Involved with eight subdivisions, an apartment complex, Goliad City drainage Improvements, Kingsville Naval Base, Delmar College, Texas State Bank, and a strip mall. Graham Brothers Entertainment o Architectural Designer out of Odessa, TX o Dated from March 2001 to March 2005 o Participated on a wide scale of multi -million dollar projects o Had to communicate with several city officials, architects, and engineers in different cities and states. There were approximately five remodels and four new projects. • The Home Depot o Team Leader in Lubbock, TX o Dated from August 1999 to March 2001 o Worked my way up from floor sales associate to the department leader while attending college • Lowe's Home Improvement o Salesman in Amarillo, TX o Dated from June 1998 to July 1999 o Worked as a sales associate in Lumber & Hardware white attending Junior College at Amarillo College for 1 '/z years Activities: References: • Hollingsworth Construction o Carpenter in Amarillo, TX o Dated from May 1994 to June 1998 o Lay -out of large scale homes and framing • Computer Skills o Microsoft Windows XP Professional o Microsoft Word, Excel, Project, Power Point, & Outlook o AutoCAD Architectural Desktop 2002 o ArchiCAD 9 • Goal oriented for my family and church • Joined Phi Gamma Delta (Fiji) Fraternity while attending Texas Tech • Involved in sports • John Czapski Nations Construction Management (281) 638-3400 o Previous Employer Houston, TX • Roger Gearhart Graham Brothers Entertainment (432) 557-9920 o Previous Employer Midland, TX • Monty White Graham Brothers Entertainment (512) 303-0537 o Previous Work Associate Bastrop, TX • Jack Lewis Pantex (806) 358-7019 o Personal Friend Amarillo, TX • Richard Miller Gene Messer Ford (806) 433-1988 o Father -in -Law Amarillo, TX • Tim Akard T-MAK Construction (361) 438-7210 o Previous Employer Corpus Christi, TX P.O Box 64190 HENTHORN Lubbock, Texas COMMERCIAL CONSTRUCTION 806-438-4285 1 E-mail - thedavidsons5@gmail.com OBJECTIVE HEATH DAVIDSON Highly motivated professional with management and hands on experience in the field of construction. I have over twelve years' experience, working in the various aspects of the industry. Self-employed business owner for over six years, and master carpenter dealing with all day to day operations. A leader who has excellent people relation skills, with the ability to control and manage employees. Proven solid work ethic, attention to detail, and commitment to delivering the highest quality product. Exceptional problem -solving, analytical, creative thinking and project visualization skills. Thrive on daily challenges and ongoing project evolution. Ready to develop and succeed in a commercial company. WORK EXPERIENCE ■ HENTHORN COMMERCIAL CONSTRUCTION, LLC. LUBBOCK, TX MAY 2013-PRESENT Daily operations with the entire commercial construction project from ground up, dealing with owners to sub -contractors. Supervising the construction process dealing with all areas that t need attention to assure a project is completed on or before the deadline. Dealing in all types of businesses from restaurants to banks making the most and creating best product possible. ■ OWNER -OPERATOR, CUSTOM CREATIONS CARPENTRY LUBBOCK, TX 2006-2013 Dealing mainly in high -end remodeling and new construction, controlling all aspects from the initial proposal to paying sub -contractors. Elegant home cabinetry and woodworking is the maid focus, but also have completed many commercial jobs with the same proficiency. Designed, drew, and built all cabinets, trim, or construction tasked on every project completed. Also hold great pride in managing employees, subs, keeping customers informed and untroubled. Consistently met tight deadlines and or do whatever is necessary to complete the projects without loss. ■ CONSTRUCTION FOREMAN, LD CONSTRUCTION LUBBOCK, TX, 2000-2003/2005-2008 Spent time building many different types of structures, from outdoor pergolas to commercial offices. Trusted with many high dollar jobs and the deadlines they include. Duties included, cabinet construction, shop maintenance, framing, material take -offs, demolition, safety, managing time and people. Trusted with project efficiency and work quality. ® ON -SITE SUPERVISOR ASSISTANT, DR HORTON, INC AUSTIN, TX 2003-2005 Was responsible for coordinating and checking on sub -contractors for efficiency and completion. A direct liaison to the construction supervisor, providing updates, conflict resolution, and all information pertaining to new home production. Assisted manager with anytWng required for the company or housing production, including materials, managing equipment, logistics, and all punch lists needed to complete the current project. ® FLOOR SALES, FOOTACTION USA, INC. LUBBOCK, TX 1996-2000 Mainly responsible for selling shoes, clothing and accessories directly to the customer. also in charge of stock room shipments, keeping track of inventory, and stocking all items brought in. Maintaining store cleanliness as well as appearance was a goal for me. Pride in your work shows character as an employee. South Plains College 1998-2000 Studied Mass Comm. Texas Tech University 2000-2003 EMT/Communication Wolfforth Fire Academy 2008-2009 Fire Fighter I & II Certification COMPUTER SKILLS Proficient in PC software including Microsoft Word, PowerPoint, Excel, E-mail, Internet Explorer, Microsoft Project Also proficient in Apple software, Pages, Notes, LionOS, CONSTRUCTION SKILLS REFERENCES Proficient in all carpentry areas, fine woodworking details, to elegant cabinetry and furniture. Experience most aspects of remodeling from framing to tile. I have been a contractor on many jobs from commercial construction to kitchen remodeling. Available Upon Request *Project e4erience list attached* [_J� HENTHORN CONSTRUCTION- PROJECT EXPERIENCE I i I �_.Y•l r. Seminole Memorial Hospital Renovations Seminole, TX Project Description: The work completed on this project involved four different areas of the hospital. The first phase was renovation of the existing fitness center, which consisted of men's and woman's locker room finish outs, new AHU, paint and flooring. The second phase was an addition to the Assisted Living Center. We added on a 750 sq. ft dinning room and pantry to match the existing one. The third phase in- volved a clinic lobby upgrade. We upgraded the reception desk, added a wall with a privacy door to the patient rooms, paint and sliding reception windows. On the final phase, we had an existing Dr.'s clinic which we demoed all the walls and added back 4 patient room, 2 nurses stations, 3 bathrooms, a lobby, break room and Dr. Office. All of which took new HVAC, plumbing and electrical. Role: General Contractor Construction Value: $430,000 Completion Date: September 18th, 2009 Project Delivery: Lump Sum Type of Construction: Renovation and Addition Owner: Architect Reference Information: Betsy Briscoe, CEO Rob Nanz Seminole Memorial Hospital Parkhill, Smith and Cooper 209 NW 8th St 4222 85th Seminole, TX 79360 Lubbock, TX 79423 (432) 758-3641 806-473-3547 La Quinta Inn and Suites Addition Lubbock, TX Project Description: Construction of a 42 room, 24,500 sq. ft addition to the existing La Quinta on the North loop. This addition was a 2 story wood structure with the most up to date finishes per the La Quinta corporation. We had to tie in to the existing hotel all while not disturbing the regular operations of the hotel. This project was completed on time and within budget. Role: General Contractor Construction Value: $2,200,00 Completion Date: May 2010 Project Delivery: Lump Sum Owner: John Sellers Northub Development Group 1500 Broadway Lubbock, TX 79401 806-722-0660 Architect Reference Information: Brian Rumsey Cross Architects 1255 West 15th St. Plano, TX 75075 972-398-6644 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE Lakeridge UMC Chapel Addition Lubbock, TX Project Description: The work completed on this project involved demo of an existing courtyard on the West side of the existing church to build the 5,700 sq ft Chapel Addition. This also included tying into the existing building. The interior construction involves a lot of ornamental woodwork along with wooden trusses and tongue and groove cedar vaulted ceiling. The exterior is constructed of brick and an EFIS system with a detached prayer and meditation room. This project was completed under the contracted sched- uled time and budget. Role: General Contractor Construction Value: $1,200,000 Completion Date: March 20th, 2011 Project Delivery: Lump Sum Type of Construction: Renovation and Addition Owner: Lakeridge UMC Leonard Winn 4701 82nd Lubbock, TX 79423 806-794-4015 Battery Joe Lubbock, TX Architect Reference Information: Todd Martin JDMA Architects 1402 Ave. N Lubbock, TX 79401 806-744-4490 Project Description: This 3,311 sq ft stand alone building is constructed of a pre-engineered metal building with EFIS and rock exterior. The interior has many fur down details constructed of metal framing and sheetrock. Also, there is a 2 door garage bay for a car battery changing station on the West side. This project includes all MEP's and all site work is concrete paving. This project was completed under the contract- ed time and within the owners budget. Role: General Contractor Construction Value: $400,000 Completion Date: August 2011 Project Delivery: Lump Sum Type of Construction: Ground up Owner: Grant Gafford 6223 82nd Lubbock, TX 79423 806-790-1692 Architect Reference Information: Marshall Hunn Hunn Designs 1402 Slide Rd Lubbock, TX 79424 806-794-6700 ri 0 fl 10 U H I-, HENTHORN CONSTRUCTION- PROJECT EXPERIENCE i ti L McCombs Physical Therapy Clinic Renovations Lubbock, TX Project Description: This project was and interior renovation of existing retail space in Rockridge Plaza. New and old con- struction were combined to create a spacious clinic where the McCombs could treat there patents with the equipment necessary. Role: General Contractor Construction Value: $25,000 Completion Date: 2011 Project Delivery: Lump Sum Type of Construction: Renovation Owner: Amanda and Spencer McCombs 5217 82nd Lubbock Tx KFC / Long John Silvers Lubbock, TX Architect Reference Information: Henthom Construction Project Description: This state of the art 2,900 sq ft quick service restaurant was a ground up project on West 82nd in Lub- bock, Tx. The building was designed and built by Mike Henthorn with the approval of the YUM! Brand specifications. All of the FFE was ordered and installed by Henthorn. This project was finished 2 months early and had a substantial cost savings. Role: General Contractor Construction Value: $750,000 Completion Date: Dec. 2007 Project Delivery: Lump Sum Type of Construction: Ground up Owner: Architect Reference Information: West Texas Foods Design Build by Mike Henthorn Ben Edwards Lubbock, Tx Lubbock, Tx 806-781-2148 806-794-7533 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE Sharky's Cuts for Kids Lubbock, TX Project Description: The construction on this project consisted of a 2,181 sf Tenant Finish -Out in the Sagewood Plaza Shopping Center. New construction was used for salon stations, wash areas, and private party rooms. This project was brought in earlier than the scheduled date and at the required budget. Role: General Contractor Construction Value: $57,000 Completion Date: 2012 Project Delivery: Lump Sum Type of Construction: Interior Finish out Owner: Russ Swim 5412 Slide Rd Lubbock, Tx 806-470-3391 Architect Reference Information: Sharky's INC. JCPennys Exterior Renovations Lubbock, TX Project Description: Due to weather related damages to the south face of the JC Penny building at South Plains Mall, HCC was asked to make improvements to the exterior facade to match the existing stucco while maintaining public access to the public. This project consisted of re -framing a portion of the exterior wall, match- ing the existing stucco pattern & color, and new metal fascia and flashing details. This project was on - time and at budget. Role: General Contractor Construction Value: $16,000 Completion Date: 2012 Project Delivery: Lump Sum Type of Construction: Renovation Owner: South Plains Mall 6009 Slide Rd Lubbock, TX Architect Reference Information: South Plains Mall H 1 L HENTHORN CONSTRUCTION- PROJECT EXPERIENCE Platinum Bank Lubbock, TX Project Description: This 11,000 sq ft 1st floor facility consisted of a complete demolition and renovation of the entire space at South Loop 289 & Slide Road. Platinum Bank sought for a more spacious, richer look with an additional main entry for the this location. With the unique architectural design, the look that Plati- num was seeking was captured. Upon the start of constriction of the 1st floor interior space, the com- plete exterior fagade was renovated with the entire site parking & landscape. The new look of the inte- rior & exterior of this facility met all expectations. Role: General Contractor Construction Value: $2,560,000 Completion Date: 2013 Project Delivery: Lump Sum Type of Construction: Renovation Owner: Architect Reference Information: Platinum Bank PSC 6502 Slide Rd 4222 85 th Lubbock, Tx Lubbock, Tx Greg Garrett 806-473-2200 KFC Lubbock, TX Project Description: This state of the art 2,900 sq ft quick service restaurant was a ground up project on 80nd in Lubbock, Tx. The building was designed and built by Mike Henthorn with the approval of the YUM! Brand specifications. All of the FFE was ordered and installed by Henthorn. Role: General Contractor Construction Value: $860,000 Completion Date: 2007 Project Delivery: Lump Sum Type of Construction: Ground up Owner: West Texas Foods Ben Edwards Lubbock, Tx 806-794-7533 Architect Reference Information: Design Build by Mike Henthorn l HENTHORN CONSTRUCTION- PROJECT EXPERIENCE American Bank of Commerce Lubbock, TX Project Description: This project was a 10,325 sq ft complete interior demolition and remodel. The existing structure re- mained while the interior was remodeled in 3 phases in order to keep the bank in operation during construction. New offices, bathrooms, kitchen/break room, sever room, tellers station and conference room were built and updated to the owners request. This project was completed on time and under budget with very little disturbance to the owner and its clients. V Role: General Contractor Construction Value: $1,325,475.00 Completion Date: 2012 Project Delivery: Lump Sum Type of Construction: Complete interior demo and remodel Owner: Troy Melcher 3714 50th Lubbock, Tx 806-831-3669 Architect Reference Information: Grimes and Associates 21103 FM 179 Wolfforth, Tx 806-790-8809 American Bank of Commerce Wolfforth, TX Project Description: Just as the ABC in Lubbock, this 20,205 sq ft branch in Wolfforth, Tx was a complete interior shell out and remodel. The idea of the owner was to make both branches look identical from the Interior. We accomplished this goal. Having 4 different phases, which included a basement, had its challenges but was done with very little disturbance to the owner and its clients. Also, both banks were done simultaneously and completed on time and under budget. Role: General Contractor Construction Value: $1,325,475.00 Completion Date: 2012 Owner: Architect Reference Information: Troy Melcher Grimes and Associates L 3714 50th 21103 FM 179 Lubbock, Tx Wolfforth, Tx r 806-831-3669 806-790-8809 I L HENTHORN CONSTRUCTION- PROJECT EXPERIENCE .All State Insurance Lubbock, TX Project Description: This project was a complete interior demolition and new interior construction for an All State Insur- ance call and claims center. The interior construction was 11,000 sq ft with a 2 bay garage renovation. This existing structure also had to have updated fire sprinkler systems as well as exterior ADA require- ments. From start to finish, this project was completed in 32 days and on budget. Role: General Contractor Construction Value: $615,221.00 Completion Date: 2013 Project Delivery: Lump Sum Type of Construction: Complete interior demo and remodel Owner: Steven Tisdale 4917 S Loop 289 Lubbock, Tx 79423 806-239-5990 Architect Reference Information: Built for Dreams 3416 Joliet Ave. Lubbock, Tx79413 806-771-6806 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE JOBS IN PROGRESS PEOPLES BANK - NEW OPERATIONS CENTER 5820 82nd, Lubbock, TX Addition to existing bank, project value $2,350,000 Owner: Peoples Bank, Larry Allen Completed in September 2013 KENTUCKY FRIED CHICKEN 901 College Ave. Levelland, TX Ground up construction, project value $825,000 Owner: West Texas Foods, Ben Edwards ,� Completed in October 2013 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE i PIZZA HUT 1907 Quaker Ave. Lubbock, TX Finish out, project value $270,000 Owner: Campiza Foods, Matt Camp Completed: July 2013 WESLEY FOUNDATION 2420 15th Lubbock, TX Interior Renovations, project value $200,000 Owner: Wesley Foundation Completed: July 2013 CAPITAL FARM CREDIT 585 US HWY 114, Levelland, TX Ground up construction, project value $585,000 Owner: Capital Farm Credit, Jason Swann Completion date: November 2013 BUCKNER'S MY FATHERS HOUSE 1750 South Loop 289 Demo and renovate interior, project value $485,000 Owner: Bucker, Lloyd McWilliams Completion date: December 2013 LA MADELEINES 4406 19th Lubbock, TX Finish out, project value $725,000 Owner: Buddy Beach Completion date: January 2014 STEAK AND SHAKE RESTAURANT 5012 Milwaukee Ave. Lubbock, TX Ground up construction, project value $1,100,000 Owner: Gill Holdings LLC. Rajeev Gill Completion date: January 2014 SHERWIN WILLIAMS PAINT CENTER 9805 Slide Rd. Lubbock, TX Ground up construction, project value $900,000 Owner: Gill Holdings LLC. Rajeev Gill Completion date: January 2014 PAYMENT BOND Pate Intentionally Left Blank FAQ Page Intentionally Left Blank C-1 PERFORMANCE BOND Bond #75051275 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) `,,ALL MEN BY THESE PRESENTS, that Henthorn Commercial Construction (hereinafter called the �1(s)', as Friticipal(s),; and The Guarantee Company of North America USA fter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the in the amount of Eight Hundred Twenty -Seven Thousand Seven Hundred Seventy -Four Dollars 4Zlawful.money of the United States for the payment whereof, the said Ptncipal and Surety bind themselves, hdirs, administrators,. executors, successors and assigns, jointly and severally, firmly by these presents. WMREAS, the Principal has entered into a certain written contract with the Obligee, dated the 19th day of er;-2013, for Contract 11624 South Fueling facility Renovations -t rife id Principal under the law is required before commencing the work provided for in said cozitract'to execute a bond EtOunt of said contract whicli contract is hereby referred to and made a part hereof as fully and to the sauce extent -` p�ted at length herein. NOW, THEREFORE, THE CONDITION OF TIAIS OBLIGATION IS SUCI-I, that if the said Principal shall pay mants supplying labor and material to him or a subcontractor in the prosecution of the work provided fot• in said act) then, this obligation shall be void; otherwise to remain in fu11 force and effect; P .0 9D, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the arQovernnient Code, and all liabilities .on this bond shall bo determined in aceordmice with the provisions of said 2. &to (lie sannc extent as.if it were copied at length herein, WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of December 2013, xarantee Compa y o North America U Henthorn Commercial Construction (Company Name) v By. Tyler Henthorntlo) Jo y Uoss, orn -i -f t (Printed �iame) (Signature) K .' Vice President (Title) �1 ; ass<r�. No Text THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER. OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Richard W. Daiker, Tony Fierro, ,Tohiuzy Moss, ,Tay Jordan, Mistie Beck, Robert G. Kanuth of Rockwall, Texas Richard W. Daiker, Tony Fierro, Mistie Beck, Robert J Shuya of El Paso, Texas K & S Group, Ina its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked; pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31't day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, and 2. To revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. J�vA"TE�c6 IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. �✓ �,< THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors -of �. Cynthia A. Takai +�� •.:k; Notary Public, State of Michigan All-?; t County of Oakland My Commission Expires February 27,.2018 9<c; �:.: �•y:a,� Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,.do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NOR T H AMERICA USA, which is still in full force and effect. GJ_aFl1TE@O IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this day o-4 20 t 4'" O n v ."•vim y 0 Randall Musselman, Secretary No Text 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 Henthorn Commercial Construction (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 Twenty -Seven Thousand Seven Hundred Seventy -Four Dollars 827,774) 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 19th day of December, 2013, for Contract 11624 South Fueling Facility Renovations s i 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 2013. Surety y *By. (Title) a �evr 16o' COLA-7-row -r7� N�LLC . (Company Name) (Printed Name) (Signature (Title) 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 . i9 * By: (Title) Approved as to form: City of L ck By: Chad Weaver, Assistant 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 c 3 Best's Credit Rating Center - Company Information for The Guarantee Company of North... Page 1 of 2 Ratings & Criteria Center Regional Centers: Asia -Pacific I Canada I Europe, Middle East and Africa I Latin America I MENA & SCA Ratings & Criteria » Home n Credit Rating Releases a Methodology a Best's Credit Ratings + n Financial Strength Rating e Issuer Credit Rating * Debt Rating i Advanced Search » About Best's Credit Ratings + • Get a Credit Rating + » Best's Special Reports • Add Bests Credit Ratings Search To Your Site a BeslMark for Secure -Rated Insurers r Contact an Analyst s Awards and Recognitions News & Analysis ■ Products & Services Industry Information v Corporate v Regulatory Affairs v Support & Resources „ Conferences and Events „ New Search: 40 Welcome Back Geneva Ortiz My Member Center I Lon Oul Home I About Us i Contact Us I Sitemap The Guarantee Company of North America A.M. Best A: 085021 AIIN N: AA1560460 Address: 4950 Yonge Street Madison Centre, Suite 1400 Toronto, ON M2N 6K1 Canada Web: www,theauarantee.com Phone:416-223-9580 Fax: 416-223-6577 Based on A.M. Bests analysis, 052758 - Princeton Holdings Limited is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of werafing insurance entitles in this structure. Best's CredK Ratings i9 Print this page 0 iAssigned to companies 162 that have, in A` 1 our opinion, an excellent ability to meet their i ongoing Insurance obligations_ Best's Credit Rating Analyst Office: A.M. Best Company, Oldwick NJ Senior Financial Analyst: Joel Silverthom Assistant Vice President: Gregory T. Williams Disclosure Information Em View A.M. Bests Rating Disclosure Statement Lon -Term Issuer Credit Rating Long -Term: a r?;"r � r Outlook: Stable Action: Affirmed Effective Date: June 13, 2013 A.M_ Best RaUrg Services Initial Rating Date: October 22, 2007 Confw3lnformatfon , Financial Strength Rating Definition Rating: A (Excellent) Financial Size IX ($250 Million to $500 Category: Million) Outlook: Stable Action: Affirmed Effective Date: June 13, 2013 Initial Rating Date: October 18, 1993 u Denotes Under Revs news Rai' Related Financial and Analytical Data Reports and News Visit Bests News and Analysis site for the latest news and press releases for this company and its A.M. Best Group. AMB Credit Report - Insurance Professional - includes Bests Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data. Report Revision Date: 7/15/2013 (represents the latest significant change). Im Historical Reports are available in AMB Credit Report - Insurance Professional Archive, Best's Key Rating Guide Presentation Report - Includes Bests Financial Strength Rating and financial data as provided in the most current edition of Bests Key Rating Guide products. (Duamy Cross Chocked). Financial and Analytical Products Bests Insurance Reports - Online - P/C, US & Canada Oests Insurance Reports - Online - Non -US Bests Key Rating Guide - P/C. US & Canada Best's Statement File - Global Bests Statement File - P/C, Canada Best's Key Rating Wife - Canada Bests Corporate Changes and Retirements - P/C. US/CN Best's Regulatory Center European Union Disclosures A.M. Best Company and its subslcliaries are not registered as External Credit Assessment Institutions (ECAI) In the European Union (EU). Credit ratings issued by A.M. Best Company and Its subsidiaries can not be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including Besfs Credit Rating Center - Company Information for The Guarantee Company of North... Page 2 of 2 insurance policies and are not a recommendation to be used to make investment/purchasing decisions. A.M. Best Asia -Pacific Ltd is registered as a Credit Rating Agency in Australia and holds a Financial Services Licence number 411055 under the Corporations Act of 2001. A.M. Best Asia -Pacific Ltd credit ratings and any other related research are not intended for and must not be distributed to any person in Australia other than a wholesale client, as defined in the Corporations Act of 2001, Chapter 7. The A.M. Best websites are not intended for use by Australian users who are not defined as wholesale users. Important Notice: Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service I Product Support j Member Center I Contact Info I Careers About A.M. Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing Copyright © 2013 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A.M. Best Worldwide Headquarters, Ambest Road, Oldwick, New Jersey, 08858, U.S.A. Bond 475051275 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,006) MEN BY THESE PRESENTS, that Henthorn Commercial C4z�struction (hereinafter called the as Principal(s), and The Guarantee Company of North America USA :or called the Surety(s), as Surety("§), are held and finely bound unto the City of Lubbock (hereinafter called the in the amount of Eight Hundred Twenty -Seven Thousand Seven Hundred Seventy-jrour Dollars Ilawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, 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 19th day of ,er, 2013jor Contract 11624 South Fueling Facility Renovations id principal under the law is required before commencing the work provided for in said contract to execute a bond amount of stlid contract which contract is hereby referred to and made a part hereof as fully and to the same extent )pied at length herein. NOW, THEREFORE, TI-IE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall fully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall oid; 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 3jas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said tiole to the some 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 27th v'of December , 2013. Guarantee Comr)aiiv ofXorth America USA _ Henthorn Commercial Construction No Text `TFiE GUARANTEE 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact your agent at: The Guarantee Company of North America USA One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 Texas Consumer Notice AVISO IMPORTANTE Para obtener informacion o para someter una q ueja: Puede comunicarse con su agent al 3 You may call The Guarantee Company of North America Usted puede Ilamar al numero de telefono gratis de USA's toll -free telephone number for information or to make a The Guarantee Company of North America USA's complaint at: 1-866-328-0567 para informacion o para someter una queja al: 1-866-328-0567 4 You may also write to The Guarantee Company of North America USA at: One Towne Square, Suite 1470 Southfield, Michigan 48076 Web: www.gcna.com E-mail: Info@gcna.com Fax: 248-750-0431 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-91 04 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Usted tambien puede escribir a to The Guarantee Company of North America USA: One Towne Square, Suite 1470 Southfield, Michigan 48076 Web: www.gcna.com E-mail: Info@gcna.com Fax: 248-750-0431 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1 - 800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-91 04 Fax: (512) 475-1771 Web: http://www.tdi.state.tx. us E-mail: ConsumerProtection@tdi.state.tx. us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento JD 1). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adj unto. CS0083 Texas Consumer Notice 07/12/12 No Text 9" 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 Henthorn Commercial Construction (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 Twenty -Seven Thousand Seven Hundred Seventy -Four Dollars ($827,774) 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, finely by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 19th day of December, 2013, for Contract 11624 South Fueling Facility Renovations and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall - faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of , 2013. Surety * By: (Title) R ti av►.srRt,c-�2,r�, LLC . (Company Name) By: �t--� I�A rr- utri ow (Printedgame)' (Signature) - v,� (Title) 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 ck By: 4� ad Weaver, Assistant OTY 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. CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'SRISK _ ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ 0 Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODt)CTS AND COMPLETE OPERATIONS A� ®® CERTIFICATE OF LIABILITY INSURANCE iiisi2013 ) 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 1EPRESENTATIVE 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 K & S Insurance Agency 2255 Ridge Road, Ste. 333 P. 0. BOX 277 Rockwall TX 75087 CONTACT Cheryl Bounds NAME: ry PHONE (972) 771-4071 we No: (972)771-4695 ADDRESS:cbounds@kandsins.com INSURERS AFFORDING COVERAGE NAIC# INSURERA:America First Lloyds of Texas 11526 INSURED Henthorn Commercial Construction, LLC 4006 95th St. Lubbock TX 79423 INSURERB:Peerless Indemnity Insurance 24198 INSURER C.Netherlands Insurance Company 4171 INSURERD: INSURER E : INSURERF: COVFRAGIFS CERTIFICATE Nl1M6ER-* REVISION NUMBER: 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 BR POLICY NUMBER POLICY EFF MWDD POLICY EXP MWDD LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE �X OCCUR CBP8950133 2-126 1/08 WOS 2-132 1/08 & 22-135 1/08 dditional Insured 6/22/2013 6/22/2014 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Me occurrence 100,000 S MED EXP (Any one person) $ 5 , 000 PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X I PRO- LOC PRODUCTS-COMP/OPAGG S 2,000,000 $ _ P AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS N AUTOS 6722248 Waiver 16-87 11/09 dd'l Insd 16-59£ 5/04 6/22/2013 6/22/2014 COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S X PROPERTY DAMAGE Paraccident $ Underinsured motorist $ 11000,000 UMBRELLA UAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTIONS $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A C420304A 1/00 Waiver C6722249 6/22/2013 6/22/2014 X WCSTATU- OTH- OR,LIMITS I I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 707, Additional Remarks Schedule, if more space is required) See above listing of additional insured and waiver of subrogation endorsement forms. GEKTIFIGA It HULUtK GAIV6tLLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. 1635 15th Street Lubbock, TX 79401 AUTHORIZED REPRESENTATIVE (Johnny Moss/CHERYL ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 f9monm ni Tha Annpn name and Innn am raniefornrl mar4e of Annpn THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2, under Section It —Who Is An Insured is amended to include as an additional insured any person or dd organization when you and such person or organization have agreed In writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization Is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured that are the subjectof the written contract or agreement provided that the "bodily injury" or "property damage" occurs, or the "personal and advertising Injury" is committed, subsequent to the execution of such contract. A person's or organization's status as an additional insured underthis endorsementends when your operations for that additional insured are completed. We have no duty to defend an additional Insured under this endorsement until we receive written notice of a claim or "su€t" as required In provision b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under SECTION IV — COMMERCIAL GENERAL_ LIABILITY CONDITIONS. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury" or "property damage" arising from the sole negligence of the additional Insured. 2. "Bodily Injury* or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. 3. "Bodily Injury", "property damage" or "personal and advertising injury" arising out of the rendering of, orthe failure to render, any professional architectural, engineering or surveying services, Including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. + 4. "Bodily injury" or "property damage" occurring after: a. 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 location of the covered operations has been completed; or b. 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 principal as a art of the same project. p p p p p 1 5. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED —OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. sI Includes copyrighted material of Insurance Services Office, Inc., with Its permission. 22-132 01i08 e 1 of 2 ( ) Page 1. '08/2212m1 6722250 NN170307 2W6 AGENT COPY PaDM060D J00460 ACAOPPN 00001681 Page 23 a C. The limits of insurance applicable to the additional Insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in SECTION III — LIMITS OF INSURANCE of this policy, whichever are less. These limits are Inclusive of and not In addition to the limits of insurance available under this policy. D. With respect to the coverage afforded by this endorsement, SECTION IV —COMMERCIAL GENERAL LiABiLITY Is amended as follows: 1. The following is added to Condition 2. Duties in The Event Of Occurrence, Claim Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; d- b. Tender defense and indemnity of any claim or "suit to all insurers whom also have insurance available to the additional insured; and c. Agree to advise us of any other insurance which the additional insured has for a loss we cover under this Coverage Part. U-} However, this condition does not affect whether the insurance provided to the additional Insured by this endorsement Is primary as described in Condition 4.a. as amended by this endorsement. 2. Condition 4.Other Insurance is amended as follows: a. The following Is added to paragraph a. Primary Insurance: 4 With respect to other Insurance for which the additional insured is designated as a Named Insured, this insurance will be primary if you and the additional insured have agreed in wriling, in a contract or agreement, that this Insurance is primary or primary and non-contributory. Our obligations are not affected unless any of the other insurance Is also primary. Then, we will share with all that other insurance by the ` y method described in provision 4.c. Method of Sharing b. The following is added to paragraph b. Excess insurance: When the written agreement between you and the additional insured does not require this insurance to be primary or primary and non-contributory, this Insurance is excess over any other Insurance forwhich the additional Insured Is designated as a Named Insured. Regardless of the written agreement between you and the additional insured, this Insurance Is excess over any other Insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured by attachment of an endorsement or otherwise. 3 Includes copyrighted material of insurance Services Once, inc., with Its permission. 22-132 (01/08) Page 2 of 2 O6/22 011 6722260 NN170307 2606 AGENT COPY PaDM060D J00460 ACAOPPN 00001682 Page 24 d THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS I TO US -WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV COMMERCIAL_ GENERAL LIABILITY CONDITIONS) Is amended by the addition of the following: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "yourwork" done under a contract with that person ororganizatlon and Included In the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing Ina contractor agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contractor agreement. i 22-126 (01/08) 0612212011 67=50 Includes copyrighted material of Insurance Services OfOce, Inc., with its permission. Page 1 of 1 NN170307 29M AGENT COPY PGDMOGOD J00460 ACAOPPN 0M1677 Page 19 t THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BtiS1NESS AUTO EXTENSION ENDORSEMENT COVERAGE INDEX IN. Description Page TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE 1 BROAD FORM INSURED 1 EMPLOYEES AS INSUREDS .2 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT : . 2 SUPPLEMENTARY PAYMENTS 2 AMENDED FELLOW EMPLOYEE EXCLUSION 2 HIRED AUTO PHYSICAL DAMAGE 2 TOWING AND LABOR 2 PHYSICAL DAMAGE —ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 3 RENTAL REIMBURSEMENT ' ' .3" EXTRA EXPENSE — BROADENED COVERAGE 3 PERSONAL EFFECTS COVERAGE 3 AIRBAG COVERAGE 3 LEASE GAP 3 GLASS REPAIR —WAIVER OF DEDUCTIBLE 4 DRIVE OTHER CAR FOR EXECUTIVE OFFICERS. 4 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 5 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS 5 BODILY INJURY REDEFINED 5 EXTENDED CANCELLATION CONDITION 5 The following modifies insurance under the: BUSINESS AUTO COVERAGE FORM 1. TEMPORARY SUBSTITUTE AUTO PHYSICAL. DAMAGE SECTION I — COVERED AUTOS, paragraph C. is changed by adding the following: If Physical Damage Coverage Is provided under the Business Auto Coverage Form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any °auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction. 2. BROAD FORM INSURED SECTION 11—LIABILITY COVERAGE —WHO IS AN INSURED Is amended to Include as an Insured: 1. Any legally incorporated entity of which you own more than 60 percent of the voting stock during the period for which this endorsement is effective, if there is no similar Insurance available to that organization. However, the Named Insured does not include any organization: a. that is a partnership or joint venture, or b. that is an insured under any other policy, or has exhausted its. Limit of insurance under any other policy. 2. Paragraph 1.b. above does not apply to a policy written to apply specifically in excess of this policy. 3. Coverage for newly acquired or formed organizations Is afforded only for 180 days from the date of acquisition or formation. 4. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired that organization. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services office, Inc., 1997 16-59f (05104) Page 1 of 5 INSURED COPY 08/2212011 6722248 NN170307 2906 POQM060D J00460 ACAOPPN 00001616 Page 35 3. EMPLOYEES AS INSUREDS SECTION II — LIABILITY COVERAGE —WHO IS AN INSURED is amended to include as an insured: Any employee of yours while using a covered "auto" you do not own, hire or borrow In your business or your personal affairs. 4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION 11 -- LIABILITY COVERAGE — WHO IS AN INSURED Is amended to Include as an insured any person or organization with whom you have agreed In writing In a contract, agreement or permit, to provide insurance such as Is afforded under this policy. This provision 4. does not apply unless the written contract or agreement has been executed, or permit has been Issued, prior to the "bodily injury" or "property damage." 5. SUPPLEMENTARY PAYMENTS SECTION II -- LIABILITY COVERAGE, 2.3. Supplementary Payments, Items (2) and (4) are replaced by the following: (2) Up to $2600 for cost of bail bonds (including bonds for related traffic 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 $300 a day because of time off from work. 6. AMENDED FELLOW EMPLOYEE EXCLUSION SECTION II — LIABILITY, exclusion 5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from. the use of a covered "auto" you own or hire. The insurance provided under this provision 6. is excess over any other collectible Insurance. 7. HIRED AUTO PHYSICAL DAMAGE SECTION III -- PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you hire, subject to- the following limit and deductible: The most we will pay for "loss" to any hired "auto" is $50,000 or Actual Cash Value or Cost of Repair, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. Subject to. a maximum of $750 per "accident", we will also cover loss of use of the hired "auto" if It results from an "accident' ; you are legally liable, and the lessor Incurs an actual financial loss. The insurance provided under this provision 7. is excess over any other collectible insurance. 8. TOWING AND LABOR SECTION III — PHYSICAL DAMAGE COVERAGE, A.2.Towing, is replaced by the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, 'light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $50 per disablement. r-_ ._s 16-59f (05iO4) -j_ 06/2212011 6722248 includes copyrighted material of Insurance Services Office, Inc, with Its permission. Copyright, insurance Services Oiftce, Inc., 1997 Page 2 of 5 NN170307 2906 INSURED COPY - PGDMO60D Jao46o ACAOPPN 00MI617 Page 36 E b. For "light trucks" that have a gross vehicle weight (GVW) of 10,000 pounds or less, we will pay up to $50 per disablement. .. E c. For "medium trucks" that have a gross vehicle weight (GVW) of 10,001— 20,000 pounds, we will pay up to $150 per disablement. However, the labor must be performed. at the place of disablement.: . 9. PHYSICAL DAMAGE --ADDITIONAL TRANSPORTATION EXPENSE COVERAGE SECTION ill — PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extension, is amended to provide a limit of $50 per day and a maximum limit of $1000. 10. RENTAL REIMBURSEMENT SECTION Ill — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: We will pay for rental reimbursement expenses Incurred by you for the rental of an "auto" because of "accident" or "loss", other than theft, to a covered "auto". We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." The most we will pay for any one "accident" or "loss" Is $1000. No deductible applies to this coverage. 11. EXTRA EXPENSE — BROADENED COVERAGE Under SECTION Ill — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 12. PERSONAL EFFECTS COVERAGE I A.. SECTION Ill — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: if you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision 12. Is excess over any other collectible Insurance. B. SECTION V —DEFINITIONS Is amended by adding the following: "Personal effects" means tangible property that is wom or carried by an "insured". "Personal effects" does not Include tools, jewelry, money or securities. t_a 13. AIRBAG COVERAGE SECTION HI — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an air bag. 14. LEASE GAP A. SECTION ill — PHYSICAL DAMAGE COVERAGE — LIMIT OF INSURANCE is amended by adding the following: The most we will pay for a "total loss" in any one "accident" Is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: j a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, Ij d. Transfer or rollover balances from previous loans or leases, a includes copyrighted material of Insurance Services office, Inc. with its parmtsslon. y 3 ( ' Copyright, Insurance Services office, Inc., 1997 16-59f (05104) Page 3 of 5 INSURED COPY 06/2212DI1 6722248 NN170307 29M PGDM060D J00460 ACAOPPN 00001518 P898 37 1 e. Final payment due under a "Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered I g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", C I. Any amount representing taxes, }. Loan or tease termination fees, or; 2. The actual cash value of the damaged or stolen property as of the time of the "loss". B. ADDITIONAL CONDITIONS This coverage applies only to the original loan or lease written on a covered "auto". C. SECTION V — DEFINITIONS is changed by adding the following: As used in this endorsement: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. "Balloon loan" is one with periodic payments that are insufflclent to repay the balance over the term of the loan, thereby requiring a large final payment. 15. GLASS REPAIR —WAIVER OF DEDUCTIBLE SECTION ill — PHYSICAL DAMAGE COVERAGE is amended by adding the following to D. DEDUCTIBLE: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. DRIVE OTHER CAR FOR EXECUTIVE OFFICERS A. This provision 17. changes only those coverages where a limit and premium is shown in the Declarations. B. CHANGES IN LIABILITY COVERAGE: Any "auto" you do not own, hire or borrow is a covered "auto" for Liability Coverage while being used by any of your "executive officers", except: Any "auto" owned by that "executive officer" or a member of that person's household, or Any "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking "autos". C. CHANGES IN AUTO MEDICAL PAYMENTS AND UNINSURED MOTORISTS AND UNDERINSURED MOTORISTS COVERAGE The following is added to WHO IS AN INSURED: Any individual "insured" and his or her "famlly members" are "Insured" while "occupying" or while a pedestrian when being struck by any "auto" you do not own except: Any "auto" owned by that individual or by any "family member". D. CHANGES IN PHYSICAL DAMAGE COVERAGE: Any private passenger type "auto" you do not own, hire or borrow is a covered "auto" while in the care, custody or control of any of your "executive officers" except: Any "auto" owned by that individual or by any member of his or her household. Any "auto" owned by that Individual or his or her spouse while working In a business of selling, servicing, repairing or parking "autos". Includes copyrighted material of Insurance Services Oflice, Inc. with Its permission. — Copyright, Insurance Services Orfice, Inc., 1997 16.59f (05104) Page 4 of 5 INSURED COPY 06122J2011 6722248 NN17O3O7 29de PGDMO60D JOD460 ACAOPPN 00001519 Page 38 E. ADDITIONAL DEFINITIONS: As used in this endorsement: "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and that person's spouse, while a resident of the same household. "Family member" means a person related to an "executive officer" by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. F. The insurance provided under this provision 17. will be: Equal to the broadest of those coverages afforded any covered "auto", and Excess over any other collectible insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV — BUSINESS AUTO CONDITIONS Is amended by adding the following: If you unintentionally fail to disclose any hazards or exposures existing as of the inception date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard or exposure as soon as practicable after its discovery, and we have the right to collect additional premium for same. 16. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR "LOSS" SECTION IV -- BUSINESS AUTO CONDITIONS, paragraph A.2.a. is amended by adding the following: You must give us notice of an "accident", claim, "suit" or "toss" only when it is known to: 1. You, if you are an Individual, 2. A partner, if you are a partnership, 3. A member, if you are a limited liability company, or 4. An executive officer or the "employee" designated by the Named insured to give such notice, if you are a corporation. 19. BODILY INJURY REDEFINED Under SECTION V — DEFINITIONS, definition G. is replaced by the following: "Bodily Injury" means physical injury, sickness or disease sustained by a person including mental anguish, mental injury, shock, fright or death resulting from any of these at any time.' 20. EXTENDED CANCELLATION CONDITION The COMMON POLICY CONDITIONS — CANCELLATION provision applies except as follows: if we cancel for any reason other than nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision 20. does not apply in those states which require more than 60 days prior notice of cancellation. Includes copyrighted material of insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16.59f (05104) page 5 of 5 INSURED COPY 06/22/2011 e722248 NN170307 290 PODMOeOD J00460 ACAOPPN OM1520 Page 39 Forming a part of Policy Number: BA 6722248 Coverage is Provided in PEERLESS INDEMNITY INSURANCE COMPANY Named Insured: Agent: HENTHORN COMMERCIAL K & S INSURANCE AGENCY CONSTRUCTION COMPANY LLC Agent Code: 9710139 Agent Phone: (972)-7714071 THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US The endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM The Transfer Of Rights of Recovery Against Others To Us Condition does not apply to the person(s), or organization(s) shown in the Schedule, but only to the extent that subrogation Is waived prior to the "accident" or the "loss" under a contract with that person or organization. SCHEDULE Name(s) of Person(s) or Organization(s): BLANKET AS REQUIRED PER WRITTEN CONTRACT ON FILE. (if no name appears above, the information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement). AGENT COPY gg o6/2?12011 6722248 NTCOOMP2111 PODMO60D J18799 ACAFPPN 00000850 P898 5 Forming a part of Policy Number: 6722249 Coverage Is Provided In Named Insured: HENTHORN COMMERCIAL CONSTRUCTION COMPANY LLC Agent: K & S INSURANCE AGENCY Agent Code: 9710139 Agent Phone: TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. O Specific Waiver Name of person or organization (x1 Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: WC 42 03 04A (01/00) r INSURED COPY 1 06=2011 6722249 NTOODM7R it PGDMOOOD J18799 ACAFPPN 00OW876 Page 7 SAFETY RECORD QUESTIONNAIRE Ile City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government ! Code, and consider the safety records of potential contractors prior to awarding proposals on City amumets. Pursuant to i..{ Section 2521435 of the Loral Government Code. Cite of Luhhcick has mlop ed the 1il11mving wrilten definition and criteria for accurately detcrminint_ the safety record of it proposer prior to awarding proposals on City Contracts. The definition and criteria for determining the safety record of it proposer for this collsideration shall be: The 013 of Lubbock shall consider the safet record of (he offerors in deternlinin;; the responsibilit thereof. The Cit. ma. consider an) incidence im-owing ..adwr safety or safe( of (he citizens of the City of Lubbock, be it related or causal by environmental, mechanical, operational, supen'ision or any other cause or factor. Specifically, the City Iran consider, anlow-, c►ther thim_s: it. Complaints to. or final orders entered by, the Occupatiotlal Salet and Health Review Commission (OSHRC). against the proposer for violations of OSHA regulation wrthnl die past three (3) years. Citations on dlclO d hetow) from an En' nnimemal Protection Agalcy (os defined below) for violations .within the pall five (51 wears. Environmental Pn4co4m Agencies include. but are not neressul'ily limited u% the LI S. Army Corps of Engincers (USACOE). the U-S. Fish :nidl Wildlife. Service RISFWS). the Environmental Protection Agowy IEPA). the Texas Commission on L)1.'ir1111mental Quality (TCEQ). the Texas iNatural Resource Conerralion Comminkm (TNRCC) (predecessor to the TCEQ). the Texas Department of State Health Services tDSHSh the Texas Parks and Wildlife Department (1,111 'D). the Structural Pest Control Board (SPCB). agencies of local governments responsible for enforcing environmental protection or .worker safety related laws or re,Tulations. and similar reptlattiry agencies of other mmes of the lh1wd States. Citations iwWde notices of violation. notices of, enforcement, of state or federal licenses or re",istrali(nls. fines assessed. peddling criminal complaints, indlicrnlclus. or convictions. admillisu-ativc orders. draft orders. final orders, and judicial final judgments. C. Convictions of it Criminal offense \\ ithin the past tell (10) years. which resulted in bodily harm or death. :any other safety related matter deemed by trio City Council to he material in dewl-ritining the responsibility of the offeror and his or her ability to perform the services or tgoods required by the proposal c10ru111CmS in a safe environment, both for the workers and other employees of offerorand the citizen of the City of Luhhock. In order to ohmin proper information front offerors so that City of l-uhhock nuly consider the safety records of potential cotlIractors prior to awarding proposals on coy contracts. City of Lubbock rccluirCs that offerors ans.ver the ti,llowin,', three (3) yuCStions and suhnlir them with their proposals: QUESTEON ONE Has the offeron or the firm corporation, parmershlp, or institution represented by the offeror. or anyone acting for such firm. corporation. partnership or institution. received citations for violation elf OT-1A within the past three (?) years? YL:S NO X if (he offeror Fos indicated Yf.:S for (11ICstiort mnllhCr one ahowC. the offeror must provide to City of Lubbock. with its proposal submission. (hc fill WOU ilmn'ntation .with respect to each such citation: Date of offense. location of establishment inspected. category of offense. final disposition of offC)INC. if mw, and penalty assessed. T,P,__OffiCror's Initials Page Intentionally Left Blank I PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Providcd Yes No 1. D&H Petroleum Lubbock Tank removal/install u 2. Earthworks Lubbock All dirt and concrete C 3. Tully Kerr Plumbing Lubbock Plumbing/Air c 4. Tom Mandr ry Electric Lubbock Electrical D s. Mueller Steel Buildings Lubbock Steel Building U U 6. A-1 Supplies Lubbock Reinforcing Steel e 7. W&W Steel Lubbock Bollards e S. C n 9. c C. 10. u 11. c c 12. L c 13. C ED 14. c 0 1 S. C. 16. -- - C THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Henthorn Commercial Construction (PRINT NAME OF COMPANY) RFP - 14-11624-MA - South Fueling Facility Renovations Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yeq No 1, D&H Pe ml . im I i bbonk Tank rPmQval/jn-,tall ° CR 2. Earthworks Lubbock All Dirt and concrete a rX 3• Tully Kerr .l,,U� Plumbing/Air a 'IX 4. Tom Mandry Electric Lubbock Electrical 0 Ex 5. Mtig1Jer_Steel Ruildings I iibbork ,Stpp.1 Riiilding G rX G. A-1 Supplies Lubbock Reinforcing steel ° Lx 7. W&W Steel Lubbock Bollards L EX s. 0 n 9. o 13 10. ° u 11. a G 12. ❑ 0 13. 0 a 14. ❑ ❑ 15. ci ❑ 16. u ❑ SUBMITTED BY; Henthorn Commercial Construction (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 W NO SUB -CONTRACTORS WILL 33E USED PLEASE INDICATE SO RFP - :14-11624-MA - South Fueling Facility Renovations CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page, Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT 11624 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 19`h day of December, 2013 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 Henthorn Commercial Construction of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and r 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: 6 1._ RFP-14-11624-MA - South Fueling Facility Renovations 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. Henthorn Commercial Construction's proposal dated November 12, 2013 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: Henthorn Commercial Construction By: PRINTED N E: :17�,- ,2.4 TITLE: V P COMPLETE ADDRESS: Company: Henthorn Commercial Construction Address: P.O. Box 64190 City, State, Zip: Lubbock, Texas 79464 ATTEST: Corporate Secretary CITY OF LUBBOCK, TE AS (OWNER): By: GL SON, MAYOR Scott Snider, Assistant City Manager APP D AS O FORM :: Chad Weave , Assistant Cit torney Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. MINER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Henthorn Commercial Construction who has agreed to perform the work embraced in 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 Leslie Cox Director of Fleet Services, 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). "f 7. WRITTEN NOTICE 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 fum or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 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. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to detennine, 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 2 �. 3 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. I 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. f�. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any 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. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of 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. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent - required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access _a 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 LJ 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 d ( 7gg � E_ _J Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in } . the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall snake 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 determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived, 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the ` General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $1,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) NOT REQUIRED Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 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 persons or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor inust 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. i__ 9 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. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the 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 10 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; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the govermnental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 11 (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on: this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Te-ras Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www tdLstate.tr.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an: employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, 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; (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 , 3 insurance carrier or, in the case of a self -insured, with the 12 __ commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the 13 Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $400(Four Hundred) Per Day, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. E€ 14 -- It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 15 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials fu mished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and gt i 16 A M the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. 17 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: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-cornpliance 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 andequipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. r....I 18 a--' In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 19 49 50 51 52. 53. 54. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, roan made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the cornpletion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 20 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, - including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. - e 21 1" Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank `I EXHIBIT A General Decision Number: TX130262 05/17/2013 TX262 Superseded General Decision Number: TX20120262 State: Texas Construction Type: Building . County: Lubbock County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family j homes or apartments up to and including 4 stories), Modification Number Publication Date I 0 01/04/2013 1 03/29/2013 2 05/17/2013 * BOIL0531-001 01/01/2013 Rates Fringes +' Boilermaker ....................$ 22.71 20.63 ---------------------------------------------------------------- BRTX0005-003 06/01/2012 1 Rates Fringes ! Bricklayer ................... .$ 19.50 ---------------------------------------------------------------- 1.73 CARP0665-002 05/01/2010 l Rates Fringes Carpenter ......................$ 20.18 5.56 -- ------------------------------------------------------------- ENGIO178-004 12/01/2009 Rates Fringes OPERATOR: Forklift ..............$ 21.20 9.35 ---------------------------------------------------------------- IRON0263-017 06/01/2012 Rates Fringes Ironworker, reinforcing ........ $ 21.85 5.40 !, ---------------------------------------------------------------- PAIN0053-003 04/01/2008 Rates Fringes >' Painter - Brush, Roller & i Spray ............................$ 15.81 ------------------------------------------------- 4.56 ---------------- PLUM0404-022 09/24/2012 Rates Fringes PLUMBER/PIPEFITTER...............$ 22.50 6.25 ---------------------------------------------------------------- SHEE0049-007 06/01/2011 Rates Fringes SHEETMETAL WORKER (HVAC Duct and Unit Installation) ........... $ 22.18 9.47 ---------------------------------------------------------------- SUTX2009-168 06/03/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 18.58 0.00 ELECTRICIAN ......................$ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $ 10.38 0.00 LABORER: Common or General ...... $ 8.86 0.00 LABORER: Mason Tender — Brick ... $ 11.00 0.00 OPERATOR: Backhoe/Excavator..... $ 13.81 0.00 OPERATOR: Grader/Blade .......... $ 12.97 0.00 OPERATOR: Loader (Front End) .... $ 12.23 0.00 ROOFER ...........................$ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER .....................$ ---------------------------------------------------------------- 10.15 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates l the classifications and rates under that identifier were issued I'I as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination i * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on t-4 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. [A EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 9 I i �J Page Intentionally Left Blank Specifications Page Intentionally Left Blank 1 TECHNICAL SPECIFICATIONS City of Lubbock South Fuel Renovation Lubbock, Texas October 2013 Prepared By: 6310 Genoa Avenue, Suite E, Lubbock, Texas 79424 Phone: (806) 794-1100 Fax: (806) 794-0778 Website: e-ht,com PG Firm Registration No. 50103 PE Firm i7eidsf dDd'No. 1151 TECHNICAL SPECIFICATIONS INDEX FOR CITY OF LUBBOCK SOUTH FUEL RENOVATION DIVISION 1 — GENERAL REQUIREMENTS 01010 Summary of Work 01039 Coordination and Meetings 01090 Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01564 Storm Water Pollution Prevention During Construction 01600 Material and Equipment 01700 Contract Closeout DIVISION 2 — SITE WORK 02210 Grading and Earthwork 02220 Excavation Safety System 02225 Excavation, Backfilling, and Compacting 02231 Aggregate Base Course 02410 Demolition 02510 Asphaltic Concrete Paving 02511 Pavement Replacement 02520 Concrete Pavement, Sidewalks, Curb and Gutter, and Approaches 02553 Natural Gas Line DIVISION 3 — CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03300 Cast -in -Place Concrete ; 03470 Bollards DIVISIONS 4 — NOT USED DIVISION 5 — METALS 05540 Pre-engineered Metal Canopy DIVISIONS 6 thru 9 — NOT USED DIVISION 10 —SPECIALTIES 10440 Fire Protection TECHNICAL SPECIFICATIONS INDEX FOR CITY OF LUBBOCK SOUTH FUEL RENOVATION DIVISION 11 — EQUIPMENT 11210 Monitoring and Leak Detection . 11310 Submersible Pumps 11350 Fuel System 11360 Dispensers 11410 Fiberglass Double Wall Tanks DIVISIONS 12,13 AND 14— NOT USED DIVISION 1S — MECHANICAL 15250 Fuel Piping DIVISION 16 — ELECTRICAL 16000 General Requirements for Electrical Work 16115 Underground Electrical Duct and Conduit 16120 Conductors 16195 Electrical Identification 16450 Grounding 16475 Overcurrent Protective Devices 16500 Lighting 16620 Natural Gas Engine Generator System SECTION 01010 SUMMARY OF WORK 1 GENERAL 1.1 SECTION INCLUDES: A. Work Covered by Contract Document B. Contractor Use of Site and Premises C. Work Sequence D. Owner Occupancy 1.2 WORK COVERED BY CONTRACT DOCUMENT A. Improvements to South Fueling Facility 1. Removal/disposal of existing fuel tanks and dispenser islands 2. Installation of new double wall fuel tanks, double wall piping, pumps, leak detection, dispenser areas with dispensers, control building and wiring, support equipment and site paving shown with all appurtenances. 1.3 CONTRACTOR USE OF SITE AND PREMISES A. Access to site: Unlimited B. Construction operations shall be limited to areas noted on plans or agreed upon by Owner. C. Utility outages and shutdown shall be coordinated with Owner. D. Time restrictions for performing work: Monday through Friday 7:00 a.m. — 6:00 p.m. with no digging after 4:00 p.m. Saturday and Sunday work must be scheduled with Owner. 1.4 WORK SEQUENCE A. Construction work to accommodate Owner's occupancy requirements and to keep adjoining facilities in service during construction period. Contractor shall provide temporary pumping equipment and including temporary power connections as needed. B. Work should start on the tank, piping and dispenser removal. Other construction efforts could be worked simultaneously depending upon contractors resources. Contractor shall schedule and coordinate activities with the engineer and owner. 1.5 OWNER OCCUPANCY A. The Owner will occupy the adjoining premises during entire period of construction for the conduct of normal operations. The south gate will not be utilized during construction period by Owner. Lubbock South Fuel Renovation Summary of Work Project #5587 01010 -1 October 10, 2013 B. C. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. Schedule the work to accommodate this requirement. Lubbock South Fuel Renovation Project #5587 END OF SECTION 01010 - 2 Summary of Work October 10, 2013 SECTION 01039 COORDINATION AND MEETINGS PART1 GENERAL 1.1 SECTION INCLUDES: A. Coordination. B. Field Engineering. C. Preconstruction Meeting. 1.2 COORDINATION: A. Coordinate scheduling, submittal, and Work of the various sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion. 1.3 FIELD ENGINEERING: A. Control datum for survey is that shown on Drawings. B. Contractor to verify set -backs and easements, confirm drawing dimensions and elevations. 1.4 PRECONSTRUCTION MEETING: A. Engineer will schedule a meeting after Notice of Award. B. Attendance Required: Owner, Engineer, and Contractor. C. Agenda: 1. Distribution of Owner -Contractor Agreement / Contract Document. 2. Submission of executed bonds and insurance certificates. 3. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 4. Designation of personnel representing the parties in Contract, and the Engineer. 5. Procedures and processing of field decisions, submittal, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 6. Scheduling. Lubbock South Fuel Renovation Coordination and Meetings , Project #5587 01039 - 1 October 10, 2013 �, a 7. Coordination with other agencies/organizations. 8. Scheduling activities of a Geotechnical Engineer. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Lubbock South Fuel Renovation Project #5587 01039 - 2 Coordination and Meetings October 10, 2013 SECTION 01090 STANDARD REFERENCES Whenever used in the Project Manual, the following abbreviations will have the meanings listed: When documents are referenced, they are a part of the Specification as specified and modified. In case of conflict between the requirements of these Specifications and those on the referenced documents, these Specifications shall prevail. AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, Ste. 249 Washington, DC 20001 ACI American Concrete Institute 38800 Country Club Drive Farmington Hills, MI 48331 AISC American Institute of Steel Construction One East Wacker Drive, Ste. 700 Chicago, IL 60601-1802 AISI American Iron and Steel Institute 1140 Connecticut Ave., Ste. 705 Washington, DC 20036 AITC American Institute of Timber Construction 7012 S. Revere Parkway, Ste. 140 Centennial, CO 80112 . ANSI American National Standards Institute, Inc. 1899 L Street, NW, 11 in Floor Washington, DC 20036 APA American Plywood Association 7011 S. 19"' Street Tacoma, WA 98466-5333 API American Petroleum Institute f 1220 L Street, NW Washington, DC 20005-4070 APSP Association of Pool and Spa Professionals 2111 Eisenhower Ave., Ste. 500 H Alexandria, VA 22314 ASCE American Society of Civil Engineers 1801 Alexander Bell Drive Reston, VA 20191 ASCII American Standard Code for Information Interchange United States of American Standards Institute 25 West 43,d Street, 4°' Floor r-- New York, NY 10036 ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers United Engineering Center Lubbock South Fuel Renovation Standard References Project #5587 01090 - 1 October 10, 2013 j 3 1791 Tullie Circle, NE Atlanta, GA 30329 ASME American Society of Mechanical Engineers Three Park Avenue New York, NY 10016 ASTM American Society for Testing and Materials 100 Bar Harbor Drive West Conshohocken, PA 19428 (http://www.astm.org) AWPA American Wood Preservers Association 100 Chase Park South, Ste. 116 Birmingham, AL 35244 AWS American Welding Society 550 LeJeane Road Miami, FL 33126 AWWA American Water Works Association 6666 W. Quincy Avenue Denver, CO 80235 CRSI Concrete Reinforcing Steel Institute 933 North Plum Grove Road Schaumburg, IL 60173 EEI Edison Electric Institute 701 Pennsylvania Ave., NW Washington, DC 20004 ENGINEER Enprotec / Hibbs & Todd, Inc. 402 Cedar Street Abilene, Texas 79601 FEDSPEC Federal Specifications General Services Administration Specification and Consumer Information Distribution Branch 1275 First Street, NE Washington, DC 20417 FEDSTDS Federal Standards (see FEDSPECS) HI Hydraulic Institute 6 Campus Drive, First Floor North Parsippany, NJ 07054 IBC International Building Code (Published by ICC) ICC International Code Council 500 New Jersey Ave., NW, 61i Floor Washington, DC 20001 Lubbock South Fuel Renovation Project #5587 01090 - 2 Standard References October 10, 2013 ICEA Insulated Cable Engineers Association P.O. Box 1568 Carrolton, GA 30112 IEEE Institute of Electrical and Electronic Engineers, Inc. 3 Park Avenue, 17t' Floor New York, NY 10016 IES Illuminating Engineering Society c/o United Engineering Center 120 Wall Street, Floor 17 New York, NY 10005 IMC International Mechanical Code (Published by ICC) IPC International Plumbing Code (Published by ICC) ISA Instrument Society of America 67 Alexander Drive Research Triangle Park, NC 27709 MILSPEC Military Specifications Navy Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 NAAMM National Association of Architectural Metal Manufacturers 800 Roosevelt Rd., Bldg. C, Ste 312 Glen Ellyn, IL 60137 NACE National Association of Corrosion Engineers 1440 South Creek Drive Houston, Texas 77084 NEC National Electrical Code National Fire Protection Association 1 Batterymarch Park Quincy, MA 02169 NEMA National Electrical Manufacturer's Association 1300 North 171h Street, Ste. 1752 Rosslyn, VA 22209 NFPA National Forest Products Association 1111 19th Street, NW, Ste. 800 Washington, DC 20036 NFPA National Fire Protection Association 1 Batterymarch Park Quincy, MA 02169 NSF National Sanitation Foundation Lubbock South Fuel Renovation Standard References Project #5587 01090 - 3 October 10, 2013 789 N. Dixboro Road -' Ann Arbor, MI 48113 OSHA Occupational Safety and Health Act Occupational/Safety and Health Administration Lubbock Area Office 1205 Texas Avenue Lubbock, TX 79401 ' OWNER City of Lubbock SBCC Southern Building Code Congress 900 Montclair Road Birmingham, AL 35213 SMACNA Sheet Metal and Air Conditioning Contractor's National Association 4201 Lafayette Center Drive Chantilly, VA 20151-1209 SSPC Steel Structures Painting Council 4516 Henry Street, Suite 301 Pittsburgh, PA 15123-3728 SSPWC-NCT Standard Specifications for Public Works Construction -- North Central Texas North Central Texas Council of Governments P O Box 5888 Arlington, Texas 76005-5888 y TCA Tile Council of America, Inc. 100 Clemson Research Blvd. Anderson, SC 29625 TCEQ Texas Commission on Environmental Quality P O Box 13087 Austin, TX 78711-3087 TDSHS Texas Department of State Health Services 1100 West 49'h Street Austin, Texas 78756-3199 TWDB Texas Water Development Board 1700 North Congress Avenue Austin, Texas 78711 TXDOT Texas Department of Transportation 125 E. 11 th Street Austin, TX 78701 UBC Uniform Building Code Published by ICB UL Underwriters Laboratories, Inc. 2600 NW Lake Road Camas, WA 98607 USBR Bureau of Reclamation Lubbock South Fuel Renovation Standard References Project #5587 01090 - 4 October 10, 2013 U.S. Department of Interior Engineering and Research Center Denver Federal Center, Building 67 Denver, CO 80225 WWPA Western Wood Products Association 522 SW Fifth Ave, Ste. 500 Portland, OR 97204 END OF SECTION Lubbock South Fuel Renovation Standard References Project #5587 01090 - 5 October 10, 2013 & gg 6 SECTION 01300 SUBMITTALS PART GENERAL 1.1 SECTION INCLUDES: A. Submittal Procedures. B. Construction Progress Schedules. C. Shop Drawings. D. Product Data. E. Manufacturer's Installation Instructions. F. Manufacturers' Certificates. 1.2 SUBMITTAL PROCEDURES: A. Transmit each submittal with Engineer accepted form. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Each submittal shall be limited to a single specification section or material topic. Where equipment packages, assemblies, and the like are interrelated, the submittals should be provided together facilitating review of the Contractor's purposed offering. When related portions of an equipment package or system are not provided, the submittals may be returned without review. D. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing and detail number, and Specification section number, as appropriate. E. Apply Contractor's stamp, signed or initialed, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. F. Schedule submittals to expedite the Project, and deliver to Engineer at business address. Coordinate submission of related items. G. For each submittal for review, allow 20 days excluding delivery time to and from the Contractor. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. I. Provide space for Contractor and Engineer review stamps. J. Revise and resubmit, identify all changes made since previous submission. Lubbock South Fuel Renovation Submittals Project #5587 01300 - 1 October 10, 2013 K. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. 1.3 CONSTRUCTION PROGRESS SCHEDULES: A. Submit initial schedule in duplicate within 20 days after date established in Notice to Proceed. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. Indicate estimated percentage of completion for each item of Work on each Application for Payment submission. 1.4 SHOP DRAWINGS: A. Submit the number of reproductions which Contractor requires, plus three copies which will be retained by Engineer. B. Shop Drawings: Submit for review. After review, produce copies and distribute in accordance with the SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700--CONTRACT CLOSEOUT. 1.5 PRODUCT DATA: A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. After review, distribute in accordance with the Submittal Procedures article above and provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. 1.6 MANUFACTURER INSTALLATION INSTRUCTIONS: A. When specified in individual Specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and operating, to Engineer in quantities specified for Product Data. 1.7 MANUFACTURER OPERATION AND MAINTENANCE INSTRUCTIONS: A. When specified in individual specification sections, submit printed instructions for Lubbock South Fuel Renovation Submittals Project #5587 01300 - 2 October 10, 2013 operations and maintenance (O&M), to Engineer, in quantities specified for Product Data. B. O&M information shall include but not necessarily be limited to parts lists, disassembly drawings, electrical schematics, and other information required for proper operation and maintenance. 1.8 MANUFACTURER CERTIFICATES: A. When specified in individual Specification sections, submit certification by manufacturer to Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Lubbock South Fuel Renovation Project #5587 01300 - 3 Submittals October 10, 2013 SECTION 01400 QUALITY CONTROL PART GENERAL 1.1 SECTION INCLUDES: A. Quality Assurance --Control of Installation. B. Tolerances. C. References. D. Testing Laboratory Services. E. Manufacturers' Field Services and Reports. 1.2 QUALITY ASSURANCE --CONTROL OF INSTALLATION: A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform Work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.3 TOLERANCES: A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.4 REFERENCES: A. For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid Lubbock South Fuel Renovation Quality Control Project #5587 01400 - 1 October 10, 2013 requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by code. C. Obtain copies of standards where required by product Specification sections. D. The contractual relationship, duties, and responsibilities of the parties in Contract and of the Engineer, shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.5 TESTING LABORATORY SERVICES: A. Contractor will employ services of an independent firm to perform inspecting and testing. B. The independent firm will perform inspections, tests, and other services specified in individual Specification sections and as required by the Engineer or the Owner. C. Reports will be submitted by the independent firm to the Engineer and r Contractor, in duplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. ' D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 24 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for services, samples and tests required. Costs will be incidental to the installation cost. E. Testing or inspecting does not relieve the Contractor of his responsibility to perform Work to contract requirements. F. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting shall be the Contractor's responsibility. 1.6 MANUFACTURERS' FIELD SERVICES AND REPORTS: A. When specified, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions that are supplemental or contrary to manufacturers' written instructions. C. Submit report in duplicate within 30 days of observation to Engineer for information. Lubbock South Fuel Renovation Quality Control Project #5587 01400 - 2 October 10, 2013 PART PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Lubbock South Fuel Renovation Project #5587 01400 - 3 Quality Control October 10, 2013 L� SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS ` PART 1 GENERAL 1.1 SECTION INCLUDES: A. Temporary Utilities: Electricity, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, protection of the work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, material storage areas, project signage, and temporary buildings. 1.2 TEMPORARY ELECTRICITY: A. Cost: By Contractor; provide and pay for power service required from utility source. B. Complement existing power service capacity and characteristics as required. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. 1.3 TELEPHONE SERVICE: A. Provide, maintain and pay for telephone service at time of project mobilization. t 1.4 TEMPORARY WATER SERVICE: A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. 1.5 TEMPORARY SANITARY FACILITIES: A. Provide and maintain required facilities and enclosures. 1.6 BARRIERS: A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. B. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. .. 1.7 WATER CONTROL: A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddles or running water. Provide water barriers as required to protect site from soil erosion. - 1.8 PROTECTION OF INSTALLED WORK: Lubbock South Fuel Renovation Construction Facilities, Temporary Controls Project #5587 01500-1 October 10, 2013 A. Protect installed work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. 1.9 ACCESS ROADS: A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. 1.10 PARKING: A. Arrange for temporary surface parking areas to accommodate construction personnel. B. When site space is not adequate, provide additional off -site parking. 1.11 PROGRESS CLEANING AND WASTE REMOVAL: A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Collect and remove waste materials, debris, and rubbish from site periodically and dispose off -site. 1.12 REMOVAL OF UTILITES, FACILITIES, AND CONTROLS: A. Remove temporary utilities, equipment, facilities, and materials prior to final inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Lubbock South Fuel Renovation Construction Facilities, Temporary Controls Project #5587 01500-2 October 10, 2013 SECTION 01564 STORM WATER POLLUTION PREVENTION DURING CONSTRUCTION PART1 GENERAL 1.1 SECTION INCLUDES: A. Shared Storm Water Pollution Prevention Plan (SWP3) B. Notices of Intent (NOls) C. Notices of Termination (NOTs) 1.2 REFERENCES: A. Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission of Environmental Quality (TCEQ). 1.3 DEFINITIONS: A. All definitions per Part I, Section B, Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 (TPDES General Permit). B. CONTRACTOR: Primary Operator, as defined in the TPDES General Permit. C. OWNER: Primary Operator, as defined in the TPDES General Permit. D. Shared SWP3: as described in TPDES General Permit, Part III, Section A. E. NOI — Notice of Intent F. NOT — Notice of Termination 1.1 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Submit Shared SWP3 for signature by CONTRACTOR and OWNER at Pre - Construction Meeting. C. Submit a copy of CONTRACTOR's NOI at Pre -Construction Meeting. D. CONTRACTOR shall submit a copy of CONTRACTOR's NOT to ENGINEER after stabilization and completion of the construction project. Storm Water Pollution Prevention Lubbock South Fuel Renovation During Construction Project #5587 01564-1 October 10, 2013 SECTION 01600 MATERIAL AND EQUIPMENT PART GENERAL 1.1 SECTION INCLUDES: A. Transportation and Handling. B. Storage and Protection. C. Product Options. D. Substitutions. 1.2 TRANSPORTATION AND HANDLING: A. Transport and handle products in accordance with manufacturer's instructions. B. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D. Pipe to be transported with exposed ends tarped to prevent accumulation of airborne contaminates during transport. 1.3 STORAGE AND PROTECTION: A. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. B. Store sensitive products in weather tight, climate controlled enclosures. C. For exterior storage of fabricated products, place on sloped supports, above ground. D. Provide off -site storage and protection when site does not permit on -site storage or protection. E. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of product. F. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. H. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 1.4 PRODUCT OPTIONS: Lubbock South Fuel Renovation Material and Equipment Project #5587 01600-1 October 10, 2013 1' A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by naming one or more Manufacturers: Products of manufacturers named and meeting Specifications, no options or substitutions allowed. C. Products Specified by naming one or more Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. Where terms such as "or equal," "or equivalent" are used in this Contract, they shall be taken to mean "or approved equivalent." Proposed equivalents shall be offered as substitutions. 1.5 SUBSTITUTIONS: A. Engineer will consider requests for Substitutions only within 45 days after date established in Notice to proceed. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Contractor: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other work which may be required for the work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent as a result of the Substitution. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1 2. 0 PART 2 PRODUCTS Not used Lubbock South Fuel Renovation Project #5587 Submit copies of request for Substitution for consideration. Number of copies as specified in Sub -Section 01300-1.5. Limit each request to one proposed Substitution. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. The Engineer will notify Contractor in writing of decision to accept or reject request. 01600-2 Material and Equipment October 10, 2013 t__ PART 3 EXECUTION Not used END OF SECTION Lubbock South Fuel Renovation Material and Equipment Project #5587 01600-3 October 10, 2013 SECTION 01700 CONTRACT CLOSEOUT PART GENERAL 1.1 SECTION INCLUDES: A. Closeout procedures. B. Final Cleaning. C. Adjusting. D. Project record documents. 4 E. Operation and Maintenance Data. F. Warranty. G. Spare parts and maintenance materials. 1.2 CLOSEOUT PROCEDURES: A. Submit written certification that contract documents have been reviewed, work has been inspected, and that work is complete in accordance with contract documents and ready for Engineer's review. ? B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract sum, r previous payments, and sum remaining due. D. Submit executed Affidavit of Bills paid with final Application for payment. Affidavit shall state all bills for labor, materials, and incidentals incurred in the construction of the project have been paid in full, and that there are no claims pending of which the Contractor has been notified. 1.3 FINAL CLEANING: A. Execute final cleaning prior to final project assessment. B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces. C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. D. Clean filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. 5 F. Clean site; sweep paved areas, rake clean landscaped surfaces. Lubbock South Fuel Renovation Contract Closeout Project #5587 01700-1 October 10, 2013 SECTION 02210 GRADING AND EARTHWORK PART GENERAL 1.1 SECION INCLUDES: A. Grading and earthwork which occur in areas other than under structures, under paving, or trenching for utilities. B. Earthwork consists of operations required for the excavation of materials on -site; excavation of borrow material from designated areas; compaction of natural or improved sub -grades; finish grading; disposal of excess or unsuitable materials; and other required operations. Earthwork shall conform with dimensions and typical sections shown, and with lines and grades established. 1.2 REFERENCES: A. ASTM D698 — Test for Moisture -Density Relations of Soils (Standard). B. ASTM D1557 — Test for Moisture -Density Relations of Soils (Modified). C. ASTM D2487 — Classification of Soils for Engineering Purposes. D. ASTM D2922 — Density of Soil and Soil Aggregate In -Place by Nuclear Methods. E. ASTM D3017 — Moisture Content of Soil and Soil Aggregate In -Place by Nuclear Methods. 1.3 DEFINITIONS: A. Classification: Earthwork materials are classified in accordance with definitions in this Article. B. Topsoil: Top 6 inches of natural surface soil possessing the characteristics of representative soils on the site that produce growths of grass or other vegetation. Topsoil includes roots and other vegetation. C. General Site Fill: Suitable, clean material excavated on -site or imported borrow material meeting specified characteristics. D. Select Fill: Imported borrow material as required for construction, and as defined. E. Subgrade: Natural soil at the established lines and grades. F. Borrow: Material taken from designated areas to make up any deficit of excavated material and used for general site or select fill. Obtain from area that is normally dry and well drained. Borrow does not include top soil. G. Finish Grading: Operations required for smoothing disturbed areas that are not overlaid with pavement. H. Excavation: Excavation of every description and of whatever substances encountered within the limits of the project to the lines and grades indicated. Lubbock South Fuel Renovation Grading and Earthwork , Project #5587 02210 - 1 October 10, 2013 a I. Compaction: Compaction of soil materials shall be measured as a percent of Standard Proctor density as determined by ASTM D698. 1.4 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Samples: Adequate samples of material as required by the testing laboratory. C. Quality Control Submittals: For information only. 1. Test Reports: Laboratory analysis of each soil material, including on -site and borrow materials proposed for use on project. a. General Site Fill: Soil type, liquid limit and plasticity index. Moisture -density relations; identify maximum density optimum moisture. b. Select Fill: Soil type, liquid limit, plasticity index and gradiation. Moisture -density relations; identify maximum density/optimum moisture. C. Topsoil: Soil type, liquid limit, and plasticity index. 1.5 EXISTING UTILITIES: A. Where pipes, ducts, and structures are encountered in the excavation but are not shown, immediately notify the Engineer. PART2 PRODUCTS 2.1 SELECT FILL: A. Source: Select fill shall be imported borrow material from borrow areas approved by the Engineer. Material from source shall be tested for compliance with project requirements and approved by the Engineer. [Owner.] B. Suitability: Use the best material available, suitability of select fill is subject to the Engineer's approval. C. Quality: Select fill material must be free of clay lumps larger than 1 inch, rocks larger than Ys-inch, and/or excessive silts. Do not use soil containing brush, roots, sod, or similar organic materials. D. Characteristics: Materials shall conform to ASTM D2487 Class 11 or Class III and shall have a liquid limit less than 35 with a plasticity index less than 15 but greater than 4. 2.2 GENERAL SITE FILL: A. Source: Obtain general site fill from required excavation or, if excavated material is not sufficient, from borrow areas approved by the Engineer. B. Suitability: Use the best material available from excavation or borrow. Suitability of general site fill material is subject to the Engineer's approval. Lubbock South Fuel Renovation Grading and Earthwork Project #5587 02210 - 2 October 10, 2013 C. Quality: Fill material shall be free of lumps larger than 3 inches, rock larger than 2 inches, and excessive silts. Do not use soil containing brush, roots, sod, or similar organic materials. D. Characteristics: General site fill material shall conform to ASTM D2487 Class II or Class III Soils. 2.3 CLAY LINER: NA A. Source: Obtain clay liner material from required excavation or if excavated material is not sufficient from borrow areas approved by Engineer. B. Suitability: Use the best material available from excavation or borrow. Suitability of clay liner material is subject to the Engineer's approval. C. Quality: Liner material shall be grade free of roots, lumps larger than 2 inches, rocks larger than 1/2-inch, debris, and foreign matter. D. Characteristics: Soils intended for clay liner material shall have a liquid limit greater than 30%, a plasticity index greater than 15, and more than 30% passing a 200-mesh sieve. 2.4 TOP SOIL: A. Source: Obtain top soil from the required excavation, or if sufficient material is not available, from borrow areas approved by the Engineer. B. Suitability: Use the best material available. Suitability of material is subject to the Engineer's approval. C. Quality: Material shall be free of large roots or branches, stumps, brush, rubbish, or other objectionable matter. D. Characteristics: Soils possessing the characteristics that produce growth of grasses or other vegetation. 2.5 SOURCE QUALITY CONTROL: A. Provide materials of each type from same source throughout the project. B. A change in source requires sampling, testing, and approval by Engineer. PART 3 EXECUTION 3.1 STRIP AND STOCKPILE: A. Remove topsoil at all non -paved areas where excavation of topsoil is required or where fill material will be added for site grading. B. Remove top 6 inches of topsoil where necessary and stockpile on the Owner's property. Protect stockpiled topsoil from other excavated materials, dumping of unwanted material, dumping by the public, and erosion. Upon completion of rough grading, replace topsoil in 4-inch minimum layer to finish grade elevations as shown on the Grading Plan. Lubbock South Fuel Renovation Grading and Earthwork Project #5587 02210 - 3 October 10, 2013 L_ C. Removal of topsoil in building areas and paving areas is further described in Sections 02224, 02225, and 02226. 3.2 EXCAVATION: A. Objective: Excavate to lines, grades, and elevations as shown or required for subsequent construction. All excavation shall be made in such manner as to permit all surfaces to be brought to final line and grade within ±0.1 foot. Over - excavation shall be restored by the Contractor at his own expense. Finish grades consistently high or low will not be acceptable and shall be corrected by the Contractor at his expense and no additional cost to the Owner. B. Drainage: During excavation, maintain grades as required to maintain drainage; or, as directed by the Owner or Engineer, install temporary drains or drainage ditches to intercept or divert surface water and prevent interference or delay of f the work. C. Stockpiling: If at time of excavation it is not possible to place material in the proper section of permanent construction, stockpile the material in Owner or Engineer approved areas for later use. D. Stone or Rock: Stones or rock fragments larger than 2 inches in their greatest dimension will not be permitted in top 6 inches of subgrade. E. Dressing: Uniformly dress -cut and fill slopes to slope, cross section, and alignment, as shown. F. Rock: Break with hydraulic ram to obtain near neat line excavation. Blasting will not be allowed. G. Classification: Excavation is unclassified. 3.3 TREATMENT OF SUBGRADES: A. Topsoil and vegetation in excavation, or fill areas, shall be stripped from the ground surface and stockpiled, exposing sound undisturbed subgrade soils. B. Fill Areas: Scarify subgrade to a depth of 6 inches and recompact to a density of 95% of maximum density per ASTM D698 at a moisture content of ±2% of optimum. C. Cut Areas: Scarify exposed subgrade to a depth of 6 inches and recompact to a density of 95% of the maximum density per ASTM D698 at a Moisture content of ±2% of optimum. D. Undercut any soft or compressible areas detected during the recompaction process to sound subgrade soils and recompact. General or select fill shall be used to bring the soft or compressive areas to grade. Work shall precede placement of topsoil, walks, drives, or structure foundations. Allow for placement of minimum 4-inch layer of topsoil in areas not covered by structures or pavement. 3.4 PLACING FILL A. Examination of Subgrade: Do not place fill until the subgrade preparation has i been accepted by the Engineer. t Lubbock South Fuel Renovation Grading and Earthwork Project #5587 02210 - 4 October 10, 2013 B. Removing Debris: Remove all roots, stone, and debris that are uncovered in the fill material. C. Spreading Fill and Backfill: Spread the material in horizontal layers over the entire fill area. The thickness of each layer before compaction shall not exceed 8 inches unless otherwise directed by the Engineer. D. Attaining Proper Bond: If the compacted surface of a layer is too smooth to bond with succeeding layers, loosen the surface before continuing the work. E. Place materials to lines and grades shown allowing for depth of topsoil. F. Maintain aggregate drainage throughout construction. G. The material shall be blended sufficiently to secure the best degree of compaction. 3.5 DISTRIBUTION OF TOPSOIL: A. Perform rough grading and topsoil/finish grading work. B. Preparation: 1. Prior to placing topsoil, scarify the subgrade to a depth of 2 inches to provide effective bonding. 2. Shape areas designated, including cut and fill areas, to receive a minimum of 4 inches of topsoil. C. Placement: 1. Do not haul or place wet topsoil. Also prohibited is placement of topsoil on a subgrade that is excessively wet, extremely dry, or in a condition otherwise detrimental to proper grading or planting. 2. Distribute topsoil uniformly and spread evenly. Correct irregularities in the surface to prevent formation of depressions where water could stand. 3. Perform the spreading operation so that planting can proceed with little additional tillage or soil preparation. Leave the area smooth and suitable for planting. 4. Lightly compact topsoil to obtain proper bond with previously placed or prepared material. D. Maintenance: Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement; then replace topsoil. E. Prepare disturbed areas and seed/irrigate to establish Bermuda grass ground cover Lubbock South Fuel Renovation Grading and Earthwork Project #5587 02210 - 5 October 10, 2013 3.6 MATERIAL DISPOSAL: A. Remove waste and excess excavated material from the construction site before Pre -final Inspection. Legally dispose of material at a licensed site or with written and notarized permission from the property owner for a private disposal site. All costs associated with waste material removal and disposal shall be paid for by the Contractor. 3.7 TESTING: A. Testing Laboratory Services: As specified in Section 01400. B. Soil Moisture and Density: Perform a minimum of 1 test per lift for the subgrade and base material per 1000 sf. END OF SECTION Lubbock South Fuel Renovation Project #5587 02210 - 6 Grading and Earthwork October 10, 2013 SECTION 02220 TRENCH AND EXCAVATION SAFETY SYSTEM PART GENERAL 1.1 SECTION INCLUDES: A. Requirements for a Trench and Excavation Safety System to be designed and furnished by the Contractor for the safety and health of personnel. B. Submission of a written Plan describing the System in detail. 1.2 PAYMENT: A. Payment will be as stipulated on the Bid Form. 1. If no individual line item is identified, include in appropriate Lump Sum bid item(s). Provide as a Schedule of Values project element. 1.3 REFERENCES: A. 29CFR1926—Occupational Safety and Health Standards - Excavations, United States Department of Labor, latest edition. B. Others —Other applicable Federal, State, and local rules for Trench Construction or Excavations. 1.4 REQUIREMENTS: A. The Contractor shall develop, design, and implement a System. The Contractor shall bear the sole responsibility for the adequacy of the System. B. The requirements of 29CFR1926 shall be the minimum requirements for this specification and is adopted as a part of this specification. Other regulations relating to trench and excavation safety shall also be considered a part of this specification as if referenced directly. C. Should the System require wider trenches than shown, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. 1.5 SUBMITTALS: A. Submit copies of the System Plan for information only. The Engineer will not review the System Plan for sufficiency, adequacy, or other engineering aspects. Submission is only to record the presence or absence of the System Plan. 1.6 QUALITY ASSURANCE: A. The Trench Safety System shall be designed by an Engineer registered as a Professional Engineer in the State of Texas. The System Plan shall be sampled with the Engineer's seal, signed, and dated. Lubbock South Fuel Renovation Trench and Excavation _ Project #5587 02220 - 1 October 10, 2013 z PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 GENERAL: A. Implement the system in accordance with the written System Plan and conduct affected work in accordance with the same. END OF SECTION Lubbock South Fuel Renovation Project #5587 02220 - 2 Trench and Excavation October 10, 2013 TABLE 3.3 MINIMUM REQUIRED COMPACTION FOR MATERIAL USED WITHIN PIPE ZONE OR FOR BACKFILL OF FIBERGLASS STRUCTURES Classification of Bedding Material Standard Proctor Densitya Relative Densit shown inparentheses) Class I Dumped Class Il >_85% standard >_40% relative Class III 86% - 95% standard 41 % - 70% relative Class IV >95% standard >70% relative Class V Not approved for bedding material Standard Proctor Density per ASTM D698, moisture content shall be t 2% of optimum. Relative Density per ASTM D4254. 3.4 UTILITY INSTALLATION: A. Water Lines and Sanitary Sewers: Limit clear on either side of the pipe to 12 inches. Above the pipe, cut as wide as necessary to sheet and brace and properly perform the work. Provide class of bedding as shown. Install piping and appurtenances as specified. B. Excavation for Appurtenances: Excavate sufficiently for valves, fittings, manholes, valve vaults, utility pull boxes and similar structures to leave at least 18 inches clear between the outer surfaces and the embankment or shoring that may be used to hold and protect the embankment wall. Install valves, fittings, manholes or valve vault structure, piping and appurtenances as specified. Any other -depth excavation will be refilled with lean concrete or other suitable compacted material approved by the Engineer, at no additional cost to the Owner. 3.5 FINAL BACKFILL: A. Criteria: Backfill trenches to ground surface with material as specified. Reopen trenches improperly backfilled to depth required for proper compaction. Refill and compact as specified, or otherwise correct the condition in an approved manner. B. Take care to avoid contacting pipe or structure to be backfilled with equipment. Do not use compaction equipment directly over the pipe until sufficient initial backfill has been placed to assure such equipment will not be damage or disturb the pipe. C. All forms, lumber, trash and debris shall be removed from trenches, manholes and other utility structures prior to backfilling. D. Dispose of unacceptable backfill material and provide suitable material for backfill at no additional cost to the Owner. E. Open Areas: Excavation, Backfilling Lubbock South Fuel Renovation and Compacting for Utilities Project #5587 02225 - 7 October 10, 2013 I i...J SECTION 02231 AGGREGATE BASE COURSE PART1 GENERAL 1.1 SECTION INCLUDES: A. Aggregate base material, consisting of crushed or uncrushed coarse and fine aggregate material, as necessary to meet the requirements herein and in conformity with lines, grades, compacted thickness and typical sections shown. 1.2 REFERENCES: A. TxDOT Item 247--Flexible Base. B. ASTM D698--Test Methods for Moisture -Density Relations of Soils (Standard). 1.3 SUBMITTALS: A. Refer to Section 01300 for submittal requirements. B. Samples: Aggregate samples of material as required by the testing laboratory. 1.4 DELIVERY, STORAGE AND HANDLING: A. Aggregate Base Course shall be hauled in tight trucks previously cleaned of all dirt and foreign material. B. Place aggregate base course the same day as delivered to the jobsite unless otherwise approved by the Engineer. PART 2 PRODUCTS 2.1 MATERIALS: A. Aggregate Base Course shall meet the requirements TxDOT Item 247--Flexible Base, typw A Grade 2, with material larger than 3 inches removed. PART 3 EXECUTION 3.1 EXAMINATION: A. Place material only after the subgrade has been properly constructed and inspected. 3.2 PREPARATION: A. Do not place fill or base on soft, muddy, or frozen surfaces. 3.3 AGGREGATE PLACEMENT: A. Place aggregate in maximum 6 inch layers and compact to 95% standard density`d 2% of optimum moisture. For thicknesses over 8 inches, construct in multiple courses of equal thickness. Lubbock South Fuel Renovation Aggregate Base Course Project #5587 02231-1 October 10, 2013 B. Upon completion, the material shall be smooth and in conformity with the typical sections as shown. C. Use mechanical tamping equipment in areas inaccessible to compaction equipment. 3.4 TOLERANCES: A. Correct any deviation in by loosening, adding or removing material, reshaping and recompacting at the Contractor's expense. 3.5 FIELD QUALITY CONTROL: A. If the aggregate base material should lose the required density or finish before foundation is complete, it shall be reworked, recompacted, refinished and retested at the Contractor's expense. END OF SECTION Lubbock South Fuel Renovation Aggregate Base Course Project #5587 02231-2 October 10, 2013 1 2 SECTION 02410 DEMOLITION PHASE I — NEW FUEL SYSTEM INSTALL A. Saw -cut asphalt for removal. B. Remove and dispose of asphalt. C. Remove and dispose of soil. (Hand digging maybe necessary as to not damage utilities, whether marked or unmarked) D . Notify Owner if contaminated soil exists, so that soil analysis may be performed to determine if remediation work is required by the state. PHASE 11— REMOVE EXISTING FUEL SYSTEMS A. Saw -cut concrete for removal over existing tanks. B. Remove and dispose of concrete. C. Remove and dispose of native soil/backfill. (Hand digging maybe necessary as to not damage utilities, fuel tank, piping, etc. D. Notify Owner if contaminated soil exists, so that soil analysis may be performed to determine if remediation work is required by the state. E. Remove and dispose of existing wiring. F. Remove tank monitoring system and provide control unit to Owner. G. Remove and dispose of tanks along with ancillary equipment, provide certificates of destruction to Owner for tanks END OF SECTION Lubbock South Fuel Renovation Demolition Project #5587 02410 - 1 October 10, 2013 SECTION 02510 ASPHALTIC CONCRETE PAVING PART1 GENERAL 1.1 SECTION INCLUDES: A. Surface course, consisting of compacted mixture of coarse and fine aggregates and asphaltic material, placed on stabilized base in conformity with lines, grades, compacted thickness and typical cross sections shown. 1.2 REFERENCES: A. TxDOT Item 300 —Asphalts, Oils and Emulsions. B. TxDOT Item 310 — Prime Coat (cutback asphaltic material only). C. TxDOT Item 340 — Dense graded Hot Mix Asphalt (method). 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Contractor shall certify the mixing plant will conform to the requirements of TxDOT. C. Certified weight tickets shall be submitted with each delivery of asphaltic concrete to the work site. D. Contractor shall submit design mixtures, including additive modifiers, for review and approval at least 30 days before any asphaltic pavement is placed. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. 1.4 DELIVERY, STORAGE and HANDLING: A. Asphaltic concrete material shall be hauled in tight trucks previously cleaned of all dirt and foreign material with the load completely covered by canvas. B. All material shall be delivered so that material can be placed and rolled during daylight hours. 1.5 DELIVERY, STORAGE and HANDLING: A. Asphaltic concrete shall not be placed when the ambient temperature is below 60 degrees F and is failing. B. Asphaltic concrete may be mixed and placed when the ambient temperature is above 50 degrees F and rising. Lubbock South Fuel Renovation Asphaltic Concrete Paving Project #5587 02510 - 1 October 10, 2013 a ' 1 _7 PART PRODUCTS 2.1 PRIME COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade SS-IH or CSS-IH. 2.2 TACK COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade RC-250. 2.3 HOT MIX ASPHALTIC CONCRETE SURFACE COURSE: A. The asphaltic concrete surface course shall be plant mixed, hot laid Type D (Fine Graded Surface Course) meeting requirements in TxDOT Item 340 and specific criteria for the job mix formula. B. The mix shall be designed for stability of at least 35 as determined by test method Tex-227-F and shall be compacted to between 92 and 98 percent of the maximum theoretical density and determined under test method Tex-207-F. C. The asphalt cement content by percent of total mixture weight shall fall within a tolerance of t0.3 percent asphalt cement from the specific mix. In addition, the mix shall be designed so that 75 to 85 percent of the voids in the mineral aggregate (VMA) are filled with asphalt cement. PART 3 EXECUTION 3.1 PRIME COAT: A. Apply with an approved sprayer. Prime coat shall be applied at a rate of 0.20 to 0.30 gallons per square yard as shown on contract drawings over compacted flexible base and shall be cured for 24 hours minimum. The actual rate of application to be determined in the field based on actual conditions. 3.2 TACK COAT: A. Apply with approved sprayer. Thoroughly clean pavement surface and apply tack coat at a rate of 0.05 to 0.15 gallons per square yard of pavement contact surface. The actual rate of application to be determined in the field based on actual conditions. 3.3 LAYING: A. Placement: Haul the asphaltic concrete mixture, which has been heated and prepared as specified, to the project in tight vehicles previously cleaned of foreign material. The mixture shall be at a temperature between 200 degrees Fahrenheit and 350 degrees Fahrenheit when laid. The Engineer will determine the lowest acceptable temperature; a variance of 30 F upward will be allowed. Spread the material into place with approved mechanical finishing machine of screening or tamping type. Use a tire or track -mounted finish machine capable of maintaining uniform grade WITHIN SPECIFIED TOLERANCES while placing directly on the flexible base subgrade. Lubbock South Fuel Renovation Asphaltic Concrete Paving Project #5587 02510 - 2 October 10, 2013 B. Surface Course Material: A surface course 2 inches or less in thickness may be spread in one lift. Spread all lifts in such a manner that when compacted, the finished course will be smooth, of uniform density and to section, line and grade shown. 3.4 LAYERING IN RESTRICTED AREAS: A. If use of a paver is impractical, asphalt surface courses may be spread and finished by hand. Use wood or steel forms, rigidly supported to assure correct grade and cross section. Carefully place materials to avoid segregation of the mix. Broadcasting the material will not be permitted. Any lumps that do not break down readily shall be removed. Place asphalt courses in the same sequence as if placed by machine. 3.5 ROLLING: A. Begin rolling while pavement is still hot and as soon as it will bear the roller without undue displacement or hair cracking. To prevent adhesion of surface mixture to the roller, keep wheels properly moistened with water. Excessive use of water will not be permitted. B. Compress the surface thoroughly and uniformly, first with power -driven, 3-wheel, or tandem rollers weighing 10 tons. Obtain subsequent compression by starting at the side and rolling longitudinally toward the center of the pavement, overlapping on successive trips by at least one-half width of rear wheels. Make alternate trips slightly different in length. Continue rolling until further compression cannot be contained and all rolling marks are eliminated. C. Use a tandem roller for the final rolling. Double coverage with an approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been completed. 3.6 HAND TAMPING: A. Along walls, curbs, headers and similar structures and in all locations not accessible to rollers, compact the mixture thoroughly with a vibrating plate compactor. 3.7 DENSITY: A. Compact the base surface course to the density shown. If, during the construction, the results of density tests show that the surface has a density less than specified, an additional rolling with a 3-wheel or pneumatic roller will be required. Such a rolling shall be done before the mix cools if it is to be successful. 3.8 SURFACE TESTS: A. The completed surface, when tested with a 16-foot straightedge laid parallel to the center line of the pavement, shall show no deviation in excess of 1/16 inch per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1/4 inch at any point. Furnish approved templates for checking subgrade in finished sections. The strength and rigidity of templates shall be such that if a support is transferred to center, no deflection in excess of 1/8 inch will be observed. 3.9 CONSTRUCION JOINTS:-' Lubbock South Fuel Renovation Asphaltic Concrete Paving Project #5587 02510 - 3 October 10, 2013 A. Place courses as nearly continuously as possible. Pass the roller over unprotected ends of the freshly laid mixture only when the mixture has become chilled. When work is resumed, cut back the laid material to produce a slightly beveled edge for the fill thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. B. When new asphaltic is laid against existing or old asphalt, the existing or old asphalt shall be cut to provide a straight smooth joint. A tack coat is to be applied against this sawed joint face before applying new hot mix. 3.10 DEFFECTIVE PAVEMENT: A. Recompact pavement sections not meeting specified densities or replace them with new asphaltic concrete material. Replace with new material section of surface course pavement no meeting surface test requirements or having an unacceptable surface texture. Patch asphaltic pavement sections in accordance with procedures established by the Asphalt Institute. Replace asphalt pavement sections which did not meet the specifications. 3.11 FIELD QUALITY CONTROL: A. Laboratory Testing and Inspection Services: As specified in 01400. 3.12 DEFICIENT SURFACE THICKNESS: A. Any area of asphalt surface found deficient in thickness by more than 0.25 inches shall be removed and replaced, at the Contractor's expense, with asphalt surface of the thickness shown. Care should be taken not to damage or remove the pavement below the asphalt surface. Should damage to the pavement below the asphalt surface occur, it shall be removed and replaced at the Contractor's expense. B. No additional payment over the contract price will be made for any asphalt surface of a thickness exceeding that required by the contract documents. END OF SECTION Lubbock South Fuel Renovation Asphaltic Concrete Paving Project #5587 02510 - 4 October 10, 2013 SECTION 02511 PAVEMENT REPLACEMENT PART 1 GENERAL 1.1 SECTION INCLUDES: A. The repair and replacement of an open -cut trench pavement section within the confines of an existing roadway pavement section including, but not limited to, asphalt (hot -mix, surface treatment, etc.), brick, concrete, gravel, oil -sand, and unimproved streets and roadways. 1.2 REFERENCES: A. TxDOT Item 247—Flexible Base Material B. TxDOT Item 300—Asphalts, Oils, and Emulsions C. TxDOT Item 310—Prime Coat (cutback asphaltic material only) D. TxDOT Item 334—Hot Mix Cold -Laid Asphaltic Concrete Pavement E. TxDOT Item 360—Concrete Pavement F. TxDOT Item 421—Portland Cement Concrete G. TxDOT Item 433—Joint Sealant and Fillers H. TxDOT Item 536—Membrane Curing I. ACI 301—Specifications for Structural Concrete J. ASTM A615—Deformed and Plain Billet Steel Bars K. ASTM A616—Rail Steel Deformed and Plain Bars L. ASTM C260—Air-Entraining Admixtures for Concrete M. ASTM C494—Chemical Admixtures for Concrete 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Contractor shall certify the asphalt/concrete mixing plant will conform to the requirements of the TxDOT. C. Contractor shall submit design mixtures for asphalt/concrete, including additive modifiers, for review and approval at least 30 days before any pavement is placed. 1.4 DELIVERY, STORAGE, AND HANDLING: Lubbock South Fuel Renovation Pavement Replacement Project #5587 02511-1 October 10, 2013 Li A. Asphaltic Concrete Material shall be hauled in tight trucks previously cleaned of dirt and foreign material. B. All material shall be delivered and immediately placed or stockpiled. Care shall be taken when stockpiling to prevent contamination of materials. 1.5 ENVIRONMENTAL REQUIREMENTS: A. Asphaltic Concrete shall not be placed when the ambient temperature is below 60 degrees F and is falling. B. Asphaltic Concrete may be mixed and placed when the ambient temperature is above 50 degrees F and is rising. C. Portland Cement Concrete shall not be placed when the ambient temperature is above 40 degrees F and falling. D. Portland Cement Concrete may be placed when the ambient temperature is above 35 degrees F and rising. E. Paving materials shall not be placed on wet or frozen subgrade. PART PRODUCTS 2.1 FLEXIBLE BASE: A. TxDOT Item 247, Type A, Grade 3. 2.2 PRIME COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade MC-30, or as approved by the Engineer, in accordance with TxDOT Item 310, "Prime Coat". y' 2.3 TACK COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils, and Emulsions". B. Provide grade RC-250, or as approved by the Engineer. 2.4 HOT MIX, COLD -LAID ASPHALTIC CONCRETE SURFACE COURSE: A. Shall meet the individual material and mixture material requirements as specified within TxDOT Item 334 for the type shown on the drawings. 2.5 REINFORCEMENT: A. Reinforcing steel shall meet the requirements of ASTM A616, Grade 60 new billet steel bars. B. Dowels for expansion joints shall meet the requirements of ASTM A615, Grade 60. 2.6 PORTLAND CEMENT CONCRETE: Lubbock South Fuel Renovation Pavement Replacement Project #5587 02511-2 October 10, 2013 A. Use either Type I or Type 111, ASTM C-150 concrete. B. Concrete mix shall have a minimum cement content of six sacks per cubic yard (3,000 psi compressive strength). C. Mixing water shall be potable and not detrimental to the concrete. D. The concrete shall contain 3 to 5 percent entrained air and shall meet the requirements of ASTM C260. E. Do not use chemical admixtures such as water reducing, retarding and accelerating agents unless approved by the Engineer. If admixtures are approved, they shall meet the requirements of ASTM C494. PART 3 EXECUTION 3.1 EXTENT OF REPAIR: A. Roadway/street shall be restored to its original condition or better as depicted on the drawings. B. The Contractor shall repair all pavement cuts, unless otherwise noted on the drawings. 3.2 FIELD QUALITY CONTROL: A. The trench backfill supporting the pavement replacement shall be installed in accordance with Section 02225. B. If, in the judgment of the Engineer, the quality of materials used or the completed installation (including compacted density, surface thickness or surface texture) is questionable, the Engineer may conduct the appropriate tests to verify the quality of the installation. These tests will be at the expense of the Contractor. If the installation does not meet the criteria listed in this section, the material shall be removed and replaced at the expense of the Contractor such that the installation meets the criteria in this section. 3.3 BARRICADES: A. The Contractor shall maintain lights and barricades around the work areas until the pavement is ready for traffic. B. Control work so as to minimize disruption of normal traffic flow and prevention of access to normal traffic routes. 3.4 GRAVEL, OIL -SAND AND OTHER NON -PERMANENT ROADWAYS: A. Ensure trench is backfilled in accordance with Section 02225. B. Place and compact a finished ten inch layer of flexible base material over the ditch as shown on the drawings for the finished surface of the roadway. C. The thickness of each layer before compaction shall not exceed six inches. Lubbock South Fuel Renovation Pavement Replacement - Project #5587 02511-3 October 10, 2013 r �l t 3.5 ASPHALTIC CONCRETE ROADWAYS: A. Ensure trench is backfilled in accordance with Section 02225. B. Flexible Base Course: 1. Place and compact flexible base course under pavement sections over the ditch within roadways as shown on the drawings. 2. The thickness of each layer before compaction shall not exceed six inches. C. Prime Coat: 1. Prime coat shall be applied at a rate of 0.20 to 0.40 gallons per square yard over compacted flexible base and shall be cured for 24 hours minimum. D. Tack Coat: 1. Shall be applied to saw -cut edges, adjacent concrete or other appurtenances within the confines of the paved area. Apply at a rate of 0.05 to 0.15 gallons per square yard. E. Laying: 1. Shall meet the requirements of TxDOT Item 334, or as approved by the Engineer. F. Compacting: 1. Contractor shall use any equipment deemed necessary. All equipment shall be approved by the Engineer. G. Density: 1. As specified within TxDOT Item 334. H. Surface Tests: 1. The finished surface of the replacement asphalt shall be at the same elevation and grade as the original pavement before cutting, or as shown on the drawings. 2. The completed surface, when tested with a straight edge spanning between the undisturbed saw -cut pavement sections at the adjacent trench walls, shall show no deviation in excess of 1116 inch per foot from the sawed edge. I. Construction Joints: 1. Place courses as nearly continuously as possible. If work is interrupted, cut back the previously -laid material to produce a slightly beveled edge for the full thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. Lubbock South Fuel Renovation Project #5587 02511-4 Pavement Replacement October 10, 2013 2. When the asphalt is laid against existing or old asphalt, the existing or old asphalt shall be cut to provide a straight smooth joint. 3. Apply tack coat to old asphalt edge as previously described in this specification, prior to laying new material. 3.6 PORTLAND CEMENT CONCRETE PAVEMENT: A. Ensure trench is backfilled in accordance with Section 02225. B. Preparation: 1. Moisten underlying pavement layer to minimize absorption of water from fresh concrete. 2. Coat surfaces of manholes, drop inlets, etc. with oil to prevent bond with concrete. C. Forming: 1. If available, use adjacent saw -cut edges of existing concrete pavement as forms to match grade. 2. Use forming as necessary to contain the placed concrete when saw -cut edges are not available on both sides of the trench (i.e. Ditch is parallel to and at the edge of the roadway). 3. Ensure completed edge of concrete matches the line and grade of adjacent roadway, if no grade changes are depicted on the drawings. 4. Thickness of placed concrete shall match existing pavement. D. Reinforcement: 1. If reinforcement is required, the size and location will be shown on the plans. E. Concrete Pavement: 1. Place concrete in accordance with TxDOT Item 360—Concrete Pavement, unless otherwise noted. 2. Place concrete over the ditch within roadways as shown on the drawings. 3. Ensure reinforcement, inserts, embedded parts, formed joints, etc. are not disturbed during concrete placement. 4. Match pattern of expansion/control joints in existing concrete pavement. 5. Finished surface of concrete shall match the existing pavement. F. Surface Tests: Lubbock South Fuel Renovation Pavement Replacement Project #5587 02511-5 October 10, 2013 k 1. The finished surface of the replacement concrete shall be at the same elevation and grade as the original pavement before cutting, or as shown on the drawings. 2. The completed surface, when tested with a straight edge spanning between the undisturbed saw -cut pavement sections as the adjacent trench walls, shall show no deviation in excess of 1/16 inch per foot from the sawed edge. 3.7 MEASUREMENT AND PAYMENT: A. Pavement replacement will be paid for by the linear foot which shall be the total payment for tamping the backfill, placing and compacting the base material, finishing and replacing the pavement as per this section. END OF SECTION Lubbock South Fuel Renovation Project #5587 02511-6 Pavement Replacement October 10, 2013 SECTION 02520 CONCRETE PAVEMENT, SIDEWALKS, CURB AND GUTTER AND APPROACHES PART 1 GENERAL 1.1 SECTION INCLUDES: A. Portland cement concrete pavements with monolithic curb, sidewalks, curb and gutter and approaches on a prepared subgrade or subbase course in conformity with lines, grades and typical cross sections shown. 1.2 REFERENCES: A. ACI 301—Specifications for Structural concrete. B. ASTM A615—Deformed and Plain Billet -Steel Bars. C. ASTM A616—Rail-Steel Deformed and Plain Bars. D. ASTM C260—Air-Entraining Admixtures for concrete. E. ASTM C494—Chemical Admixtures for concrete. F. TxDOT Item 360—Concrete Pavement. G. TxDOT Item 421—Hydraulic Cement Concrete. H. TxDOT DMS 6310—Joint Sealants and Fillers. I. TxDOT DMS 4650—Hydraulic Cement Concrete Curing Materials and Evaporation Retardants. 1.3 SUBMITTALS FOR REVIEW: A. Refer to Section 01300 for submittal requirements. 1 B. Submit data on all joint materials and curing compounds to be incorporated into the project 30 days prior to use. _1 C. Submit design mixtures, including additive modifiers, for review and approval at least 30 days before any concrete pavement is placed. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. 1.4 SITE CONDITIONS: A. Do not place concrete when surface temperature is less than 40 degrees F or surface is wet or frozen. PART 2 PRODUCTS 2.1 FORM MATERIALS: i_ Lubbock South Fuel Renovation Concrete Pavement, Sidewalks, Curb Project #5587 02520 - 1 October 10, 2013 : A. Forms for concrete Pavement shall comply with the requirements of TxDOT Item 360—Concrete Pavement. B. Forms for sidewalks, curb and gutter and concrete approaches shall be as approved by the Engineer. 2.2 REINFORCEMENT: A. Reinforcing Steel shall meet the requirements of ASTM A616, Grade 60 new Billet -steel bars. B. Dowels for expansion joints shall meet the requirements of ASTM A615, Grade 60. 2.3 CONCRETE MATERIALS: _ A. Use Class "P" concrete as specified in TxDOT Item 421—Hydraulic Cement Concrete. B. Mixing water shall be potable and not detrimental to the concrete. C. The concrete shall contain 3 to 5 percent entrained air and shall meet the requirements of ASTM C260. D. Do not use chemical mixtures such as water reducing, retarding and accelerating agents unless approved by the Engineer. The admixtures shall meet the requirements of ASTM C494. 2.4 ACCESSORIES: A. Curing material shall meet the requirements of DMS 4650—Hydraulic Cement Concrete Curing Materials and Evaporation Retardants. B. Joint fillers and backer rods shall meet the requirements of DMS 6310—Joint Sealants and Fillers. 2.5 CONCRETE MIX: A. The concrete mix shall meet the requirements of Class "P" Portland cement concrete as specified in TxDOT Item 421—Hydraulic Cement Concrete. B. The minimum concrete flexural strength shall be 680 psi at 28 days using third - point loading. C. Use accelerating admixtures in cold weather only when approved by the Engineer. Use of admixtures will not relax cold weather placement requirements. D. Use calcium chloride only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by ` Engineer. 2.6 SOURCE QUALITY CONTROL AND TESTS: A. Refer to Section 01400 for requirements. B. Tests on cement and aggregate will be performed to ensure conformance with specified requirements. Lubbock South Fuel Renovation Concrete Pavement, Sidewalks, Curb Project #5587 02520 - 2 October 10, 2013 PART 3 EXECUTION m 3.1 EXAMINATION: A. Place concrete only on approved underlying material. B. Any underlying material determined to be unsatisfactory for any reason, shall be I'I corrected at the Contractor's expense. 3.2 PREPARATION: A. Moisten underlying pavement layer to minimize absorption of water from fresh s concrete. B. Coat surfaces of manholes, drop inlets, 'etc. with oil to prevent bond with concrete. C. Notify Engineer minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING: A. Pace and secure forms to correct location, dimension, profile and gradient. _a B. Assemble formwork to permit easy stripping and dismantling without damaging t concrete. C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. 3.4 REINFORCEMENT: A. The size and location of reinforcement shall be as shown on the plans. 3.5 CONCRETE PAVEMENT: A. Place concrete in accordance with TxDOT Item 360—Concrete Pavement unless noted within this specification. B. Place concrete using the slip form technique. Other methods may be used if approved by the Engineer. C. Ensure reinforcement, inserts, embedded parts, formed joints, etc. are not - disturbed during concrete placement. D. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. E. Concrete pavement panels shall have a maximum size of 25 feet by 25 feet. Typical joint layout shall be as shown. 3.6 SIDEWALKS: l t_J A. Sidewalks shall be constructed in sections of approximately 32 feet in length. One-half inch expansion joints with filler board shall be constructed at the beginning and end of each sidewalk section. Filler board shall be approved by the Engineer. Expansion joints shall not contain dowels unless shown. A three Lubbock South Fuel Renovation Concrete Pavement, Sidewalks, Curb Project #5587 02520 - 3 October 10, 2013 i inch cushion of granular material shall be placed on the subgrade, unless t otherwise shown. B. After the surface has been worked to a true plane, one inch deep control joints shall be made every five feet unless otherwise shown on the plans. Sidewalk r thickness shall be as shown on the plans. ` 3.7 CURB AND GUTTER: ' A. Curb and gutter adjacent to asphalt pavement shall be constructed in sections of approximately thirty feet in length and five feet in width, unless otherwise shown on the plans. Expansion joints shall be placed at every thirty feet section and at _. the beginning and end of every curb return. Where walks or other concrete improvements join the curb, a one-half inch wide expansion joint shall be placed at the back of the curb. The expansion joint will consist of a one-half inch filler board without dowels. Filler board shall be approved by the Engineer. B. Control joints will be placed ten feet apart along the length of each section. Joints shall be cut through the curb and one and one-half inches below the surface of the curb and gutter. C. Concrete pavement with monolithic curb shall be constructed as shown. 3.8 CONCRETE APPROACHES: A. Concrete approaches shall be constructed as shown. 3.9 JOINTS: A. Place joints as specified or shown. B. For concrete pavement with monolithic curb, curb joints shall be of the same type and location as the adjacent concrete pavement. C. Joint sealant for concrete pavement shall meet the requirements of TxDOT Class 5 joint sealant as described in DMS 6310---Joint Sealants and Fillers. 3.10 FINISHING: A. Concrete surfaces shall receive a light broom finish. GB. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 3.11 JOINT SEALING: A. Place sealant in accordance with manufacturer's recommendations. B. Joint reservoir dimensions shall be as shown. 3.12 TOLERANCES: A. Refer to Section 01400 for tolerance requirements. B. The maximum variation of surface flatness shall be 1/4 inch in 10 ft for straight- line grades. C. Horizontal tolerances shall be ± 1/4 inch in forms. t Lubbock South Fuel Renovation Concrete Pavement, Sidewalks, Curb JJ Project #5587 02520 - 4 October 10, 2013 3.13 FIELD QUALITY CONTROL: A. Field inspection and testing will be performed under the provisions of Section 01400. B. Testing firm will take beams and perform slump and air entrainment tests in accordance with ACI 301. C. One additional test beam will be taken during cold weather and cured on site under same conditions as concrete it represents. D. One slump test will be taken for each set of test beams taken. E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature and test samples taken. 3.14 PROTECTION: A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures and mechanical injury. B. Do not permit vehicular traffic over pavement for at least 4 days minimum after finishing unless directed by the Engineer. This period may be extended if required by the Engineer. END OF SECTION Lubbock South Fuel Renovation - Concrete. Pavement, Sidewalks, Curb Project #5587 02520 - 5 October 10, 2013 �j i �_ i SECTION 02553 NATURAL GAS DISTRIBUTION PART 1 - GENERAL 1.1 SUMMARY A. This Section includes piping, valves, and service regulators for natural gas distribution outside the building. 1.2 DEFINITIONS A. Gas Main: Utility's natural gas piping. B. Gas Distribution: Piping from gas main to individual service -meter assemblies. C. Point of Delivery: Piping outlet from service -meter assembly. D. Natural Gas Piping: Piping that conveys natural gas from point of delivery to natural gas utilization devices inside the building. 1.3 PERFORMANCE REQUIREMENTS A. Minimum Working -Pressure Ratings: 1. Piping and Valves: 100 psig minimum, unless otherwise indicated. 2. Service Regulators: 65 psig minimum, unless otherwise indicated. 3. Service Meters: 5 psig minimum, unless otherwise indicated. 1.4 SUBMITTALS A. Product Data: For the following: 1. PE pipe and fittings. 2. Valves. 3. Service regulators. Indicate pressure ratings and capacities. B. Shop Drawings: For natural gas service piping and service meter assembly. Include plans, elevations, sections, details, and attachments to other work. C. Field quality -control test reports. D. Operation and maintenance data. Lubbock South Fuel Renovation Natural Gas Distribution Project #5587 02553 - 1 October 10, 2013 1.5 QUALITY ASSURANCE A. Comply with requirements of utility supplying natural gas and with authorities having jurisdiction for natural gas systems. B. Comply with NFPA 54 for materials, installation, testing, inspection, and purging. PART 2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPES AND FITTINGS A. Steel Pipe: ASTM A 53/A 53M, Type E or S, Grade B; Schedule 40, black. 1. Malleable -Iron Fittings: ASME B16.3, Class 150, standard pattern, with threads complying with ASME 131.20.1. 2. Steel Flanges and Flanged Fittings: ASME B16.5. 3. Unions: ASME B16.39, Class 150, black malleable iron; female pattern; brass -to -iron seat; ground joint. B. PE Pipe: ASTM D 2513, SDR 11. 1. PE Fittings: ASTM D 2683, socket type or ASTM D 3261, butt type with dimensions matching ASTM D 2513, SDR 11, PE pipe. C. Transition Fittings: Manufactured pipe fitting with one PE pipe end for heat -fusion connection to PE pipe and with one ASTM A 53/A 53M, Schedule 40, steel pipe end for threaded connection to steel pipe. D. Service -Line Risers: Manufactured PE pipe fitting with PE pipe inlet for heat -fusion connection to underground PE pipe; PE pipe riser section with protective -coated, anodeless, steel casing and threaded outlet for threaded connection to aboveground steel piping. E. Components, Tapes, Gaskets, and Bolts and Nuts: Suitable for natural gas and as recommended by piping manufacturer. 2.3 VALVES A. Valves, General: Manual operation, suitable for natural gas service, and with 100-psig minimum working -pressure rating. Lubbock South Fuel Renovation Natural Gas Distribution Project #5587 02553 - 2 October 10, 2013 i 3 B. Threaded Valves, NPS 1 (DN 25) and Smaller: Include listing by agency acceptable to authorities having jurisdiction. C. Nonlubricated, Tapered Plug Valves: Brass or cast-iron body, with brass tapered plug; lever operation; and complying with ASME B16.33, MSS SP-78, UL 842. Include lever and locking device. 1. Manufacturers: a. Essex Brass. b. Lyall, R. W. & Company, Inc. C. McDonald, A. Y. Mfg. Co. d. Mueller Company. D. Lubricated, Tapered Plug Valves: Cast-iron body, with lubricated, brass tapered plug; lever operation; and complying with ASME B16.33, MSS SP-78, UL 842 Include lever and locking device. 1. Manufacturers: a. Mueller Company. b. National Meter. C. Nordstrom Valves, Inc. E. Lubricated Plug Valves: Cast-iron body, with lubricated, tapered, or cylindrical plug; lever operation; and complying with ASME B16.38, MSS SP-78, UL 842, 1. Manufacturers: a. Milliken Valve Co., Inc. b. Nordstrom Valves, Inc. C. Olson Technologies, Inc.; Homestead Valve Div. d. R & M Energy Systems; Flow Control Div. e. Walworth Company (The). F. PE Valves: Made for gas distribution, with nut or flat head for key operation; and complying with ASME B16.40, UL 842. 1. Manufacturers: a. Kerotest Manufacturing Corp. b. Lyall, R. W. & Company, Inc. C. Nordstrom Valves, Inc. d. Perfection Corporation; Gas Products Div. 2.4 SPECIALTIES A. Valve Boxes: Cast-iron, two -section box. Include top section with cover with "GAS" lettering, bottom section with base to fit over valve and barrel 5 inches in diameter, and adjustable cast- iron extension of length required for depth of bury. Include tee -handle, steel operating wrench with socket end fitting valve nut or flat head and with stem of length required to operate valve. _v _ Lubbock South Fuel Renovation Natural Gas Distribution Project #5587 02553 - 3 October 10, 2013 iL_3 B. Concrete Bases: Precast concrete made of 3000-psi- minimum, 28-day compressive strength reinforced concrete; at least 4 inches thick and 4 inches larger in each dimension than supported item, unless otherwise indicated. PART 3 - EXECUTION 3.1 PREPARATION A. Refer to Division 2 Section "Earthwork" for excavating, trenching, and backfilling. B. Close equipment shutoff valves before turning off gas to premises or piping section. C. Inspect natural gas piping according to fuel gas code to determine that natural gas utilization devices are turned off in piping section affected. D. Comply with fuel gas code requirements for prevention of accidental ignition. 3.2 PIPING APPLICATIONS A. Flanges, unions, and transition and special fittings with pressure ratings same as or higher than system pressure rating may be used, unless otherwise indicated. B. Aboveground Piping: Steel pipe, malleable -iron fittings, and threaded joints. C. Underground Piping: PE pipe, PE fittings, and heat -fusion joints. D. Underground -to -Aboveground Piping Connections: Service -line riser. E. PE -to -Steel Piping Connections: Transition fitting. 3.3 VALVE APPLICATIONS A. Drawings indicate types of shutoff valves to be used. If specific types are not indicated, the following requirements apply: 1. Connections to Existing Gas Piping: Use valve and fitting assemblies made for tapping gas mains. 2. Underground: Use PE valves. 3. Aboveground, NPS 2 (DN 50) and Smaller: Lubricated tapered plug valves. 3.4 INSTALLATION A. Install underground, natural gas distribution piping buried at least 24 inches below finished grade. B. Install underground, PE, natural gas distribution piping according to ASTM D 2774. C. Drips and Sediment Traps: Install drips at points where condensate may collect, including service -meter outlets. Locate where readily accessible to permit cleaning and emptying. Do not install where condensate would be subject to freezing. Lubbock South Fuel Renovation Natural Gas Distribution Project #5587 02553 - 4 October 10, 2013 1. Construct drips and sediment traps using tee fitting with bottom outlet plugged or capped. Use nipple a minimum length of 3 pipe diameters, but not less than 3 inches (75 mm) long and same size as connected pipe. Install with space below bottom of drip to remove plug or cap. D. Terminate service -regulator horizontal vents or horizontal vent piping with reducing -elbow fittings with large end as outlet. Install fitting outlet turned down with corrosion -resistant insect screen in outlet. E. Install PE shutoff valves on branch connections to existing underground, natural gas distribution piping. Install valves with valve boxes. F. Install metal shutoff valves on aboveground, natural gas distribution piping. G. Install earthquake valves aboveground, outside building, and according to listing applications. H. Refer to Division 2 Section "Piped Utilities -- Basic Materials and Methods" for basic piping joint construction. I. Connect gas distribution piping to natural gas source and extend to service -meter assemblies and points indicated. Connect to building's natural gas piping if it is installed; otherwise, terminate piping with caps, plugs, or flanges, as required for piping material. Refer to Division 15 Section "Fuel Gas Piping" for natural gas piping inside the building. J. Install unions adjacent to each valve and at final connection to each piece of equipment having threaded pipe connection. K. Do not use natural gas distribution piping as grounding electrode. L. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplates and signs on or near each service regulator, service meter, and earthquake valve. 1. Text: In addition to identifying unit, distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. M. Warning Tapes: Arrange for installation of continuous, underground, detectable warning tape over natural gas distribution piping during backfilling of trenches for piping. 3.5 FIELD QUALITY CONTROL A. Test, inspect, and purge natural gas distribution according to requirements of fuel gas code and utility. B. Repair leaks and defective valves and specialties and retest system until no leaks exist. C. Report results in writing. D. Verify correct pressure settings for service regulators. END OF SECTION g Lubbock South Fuel Renovation Natural Gas Distribution i Project #5587 02553 - 5 October 10, 2013 SECTION 03100 CONCRETE FORMWORK PART1 GENERAL 1.1 SECTION INCLUDES: A. Design, construction, erection and removal of concrete formwork. B. Openings in formwork for other affected work. C. Form accessories. D. Installation of embedded items. 1.2 REFERENCES: A. ACI 301-89--Specifications for Structural Concrete for Buildings. B. ACI 347R-88--Recommended Practice for Concrete Formwork. C. ASTM A120-84--Pipe, Steel, Black and Hot -Dipped Zinc - Coated (Galvanized) Welded and Seamless. D. ASTM D226--Asphalt-Saturated Roofing Felt. E. ASTM D1 751 --Preformed Expansion Joint Filters (Bituminous Types). F. PS 1-74--Construction and Industrial Plywood. G. PS 20-70--American Softwood Lumber Standard. 1.3 SYSTEM DESCRIPTION: A. Conventional Concrete Formwork: 1. Conventional formwork as specified in this Section for surfaces of cast - in -place concrete. 2. Extent of formwork is indicated by cast -in -place concrete elements shown on Drawings. 1.4 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Product Data: Manufacturer's product data sheets for accessories and waterstops. 1.5 QUALITY ASSURANCE: A. Design Criteria: Conform to ACI 347, Chapter 1, and ACI 301. B. Design Responsibility: Contractor is responsible for design, engineering and construction of formwork, including shoring and bracing. Lubbock South Fuel Renovation Concrete Formwork Project #5587 03100 - 1 October 10, 2013 1. Design formwork for loads, lateral pressures and allowable stresses in accordance with ACI 347. 2. Allow for other applicable requirements of authorities having jurisdiction. 3. Design camber into formwork to compensate for anticipated deflection during concrete placement where necessary to maintain specified tolerances. 4. Design formwork to allow removal without damage to concrete surfaces. 5. Contractor is responsible for determining when temporary supports, shores, backshores and other bracing may be safely removed. C. Forming Methods: 1. Unless otherwise scheduled or specified, formwork as specified in this Section shall be used or form cast -in -place concrete elements. 2. Where soil is in stable enough condition that it can be shaped to a true and straight surface without caving or sloughing, the following members may be cast against neat cut excavations: a. Unexposed sides of grade beams cast monolithically with slabs. b. Sides of footings. C. Pier caps. 1.6 DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, and handle materials to avoid damage. Store materials in accordance with manufacture's instructions with seals and labels intact and legible. B. Deliver form materials in manufacture's packaging with installation instructions. C. Store off ground in ventilated and protected area to prevent deterioration from moisture or damage. 1.7 COORDINATION: A. Notify Engineer at least 48 hours prior to completion of formwork so that the formwork may be observed. Do not place reinforcing steel or concrete until the forms have been observed. B. Coordinate block -out sizes for rough openings for other work. Coordinate location and extent of items built-in to concrete formwork. PART PRODUCTS 2.1 FORM MATERIAL: A. Framing: Kiln dried softwood lumber, PS20. Lubbock South Fuel Renovation Concrete Formwork Project #5587 03100 - 2 October 10, 2013 B. Smooth Forms: Construct formwork with plywood; tempered, concrete -form hard board; dressed lumber with plywood or fiberboard lining; metal; plastic; or metal - framed plywood -faced panel material to provide continuous, straight smooth surfaces. Form material shall be free of raised grain, torn surfaces, worn edges, patches, dents or other defect. Furnish material in largest practical sizes to minimize the number of joints. Form material shall have sufficient strength and thickness to withstand the pressure of newly place concrete without bow or deflection. 2. Use smooth forms on interior and exterior concrete surfaces exposed to view in the completed structure, including exterior face of grade beams. 3. Unless otherwise shown or specified, as a minimum use plywood complying with U.S Product Standards PS-1, "B-B (Concrete Form) Plywood" Class 1, Exterior Grade or better, mill -oiled and edge -sealed, with each piece bearing legible trademark of an approved inspection agency. C. Rough Forms: 1. Construct forms of dressed or undressed lumber free of knots, splits or other defects; plywood; metal; or other acceptable material. Material shall have sufficient strength and thickness to withstand pressure of newly placed concrete without bow or deflection. 2. Rough forms may be used on concrete surfaces that will not be exposed to view in complete structures unless noted otherwise. D. Shores: Wood or adjustable metal type with bearing plates and with double wedges at bottom. E. Carton Forms: 1. Corrugated fiberboard box forms fabricated of natural Kraft with liners, completely impregnated with a polyethylene wax blend, and laminated with a waterproof adhesive. Boxes assembled with steel strappings. 2. Forms shaped to design and dimensions as indicated for formed voids. 3. Forms capable of supporting weight of concrete plus a live load of 20 psf on area supported by void form. 2.2 FORM ACCESSORIES: A. Form Ties: Factory fabricated, adjustable length, removable or snap -off metal ties, designed to prevent form deflection and to prevent spalling concrete surfaces upon removal. Provide ties so that portion remaining within concrete is at least 1-1/2 inch from outer surfaces. Provide water seal feature on ties used to form water bearing structures. B. Form Coating: Commercial formulation of form oil or form -release agent having proven satisfactory performance. Coating shall not bond with, stain or adversely affect concrete surfaces nor impair subsequent treatment of concrete surfaces, including bonding agents, curing compounds and waterproofing. Lubbock South Fuel Renovation Concrete Formwork Project #5587 03100 - 3 October 10, 2013 a C. Rustications, Bevels, Chamfers: Mill from Northern White Pine, smooth and free of irregularities. Preformed PVC strips may be used for corner chamfers. D. Sleeves: Standard weight galvanized pipe, ASTM A120. 2.3 JOINTING ACCESSORIES: A. Joint Fillers: Premolded mastic strips, asphaltic impregnated, ASTM D1751. B. Bond Breaker: No. 30 asphalt saturated felt, ASTM D226. C. Mastic Waterstop: Synko-Flex Preformed Plastic Waterstop by Synko-Flex Products Co. or Butyl Resin ConSeal CS-102 by Concrete Sealants, Inc. PART 3 EXECUTION 3.1 FORMWORK CONSTRUCTION: A. General: 1. Construct and maintain formwork, in accordance with ACI 347 and these Specifications, to maintain correct sizes of members, shape, alignment, elevation and position during concrete placement and until concrete has gained sufficient strength. 2. Provide for openings, offsets, keyways, recesses, moldings, anchorages and inserts, as required to accommodate other work including mechanical and electrical. Seal such openings to prevent leakage and loss of concrete matrix. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Construct formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints to prevent leakage and fins. 5. Place chamfer strips in forms to bevel exposed edges and corners of members. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Provide equipment bases with formed beveled edges on vertical and horizontal corners. 6. Provide temporary openings where areas of formwork are inaccessible for cleanout, inspection or concrete placement. Brace openings and set tightly to forms. Locate in as inconspicuous locations as possible. 7. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. B. Forms for Surfaces Exposed to View: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Uniformly space form ties and align in horizontal and vertical rows. Lubbock South Fuel Renovation Concrete Formwork Project #5587 03100 - 4 October 10, 2013 i 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girls to maintain true, square intersections. 3. Form molding shapes, recesses and projections with smooth -finish materials and install in forms with sealed joints to prevent displacement. 4. Form exposed comers to produce square, smooth, solid, unbroken lines. Provide exterior exposed corners with 3/4 inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep number of form joints to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 6. For flush surfaces exposed to view in the completed structure, overlap previously placed, hardened concrete with form sheathing by approximately one inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. C. Edge Forms and Screed Strips (Rails) for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finish slab surfaces. Provide and secure units to support types of screeds required. D. Formed Voids: 1. Level subgrade material to minimize protrusions on surface and set void boxes in accord with manufacturer's recommendations for purpose intended. 2. Where multiple units are required to cover an area, cover void boxes with cover sheets of material similar to material boxes are made of and staple down to boxes. 3. Top surface shall be plane and at design concrete soffit elevation. N. 4. Protect carton forms from moisture before concrete placing and form crushing during concrete placing. Remove and replace damaged carton 1 forms prior to placing concrete. 3.2 TOLERANCES: A. Construct formwork to maintain concrete surface tolerances in accordance with ACI 347, 3.3.1. B. Establish sufficient control points and bench marks as references for tolerance checks. Maintain these references in undisturbed conditions until final completion and acceptance of project. 3.3 ADJUSTMENTS OF FORMWORK: A. Use wedges or jacks to provide positive adjustment of shores and struts. Fasten wedges used for final adjustment of forms in position after final inspection and before concrete placement. Lubbock South Fuel Renovation Concrete Formwork Project #5587 03100 - 5 October 10, 2013 B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. C. For openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. 3.4 PREPARATION OF FORM SURFACES: A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust and other foreign matter. B. Coat forms with form oil or form -release agent before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the manufacturer's instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh concrete will be placed. Remove coating material from reinforcement before placing concrete. 3.5 INSERTS, EMBEDDED ITEMS, OPENINGS AND ACCESSORIES: A. Make provisions for required installation of accessories, bolts, hangers, sleeves, anchor slots and inserts cast in concrete. B. Obtain templates or instructions for installation of embedded items and anchor bolts. C. Locate and set in place items which will be cast directly into concrete. D. Install sleeves or formed openings for pipes, and other work passing through concrete members. Temporarily fill voids to prevent concrete intrusion. E. Coat aluminum conduits, pipes and inserts embedded in structural concrete with heavy bituminous coating to prevent material -concrete reaction or electrolytic action between material and steel. F. Coordinate work of other sections involved in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. G. Install concrete accessories in accordance with manufacturer's recommendations; straight, level, and plumb. Ensure items are not disturbed during concrete placement. H. Place joint filler in expansion joints. Place building felt bond breaker in control joints where scheduled. 3.6 REMOVAL OF FORMS: A. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed in 24 hours provided concrete has hardened sufficiently to resist damage form removal operations. B. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. C. Loosen wood forms for openings as soon as this can be accomplished without damage to concrete. Lubbock South Fuel Renovation Concrete Formwork Project #5587 03100 - 6 October 10, 2013 1z D. Formwork for walls, sides of beams, and other parts not supporting weight of concrete may be removed after 24 hours provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting weight of concrete. E. Forms and shoring used to support weight of concrete or construction loads shall remain in place until concrete has reached the minimum design strength specified for removal of forms and shoring. In no case shall forms be removed in less than 7 days. F. Contractor, at his option and risk, may remove formwork after 7 full days have elapsed after completion of concrete placement, provided that in -place concrete has attained 75 percent of its specified 28 days ultimate compressive strength. At Contractor's expense, provide testing and verification of required specified concrete compressive strengths. In addition, when forms are removed there shall not be excessive deflection or distortion and no evidence of damage to concrete either due to removal of supports or to stripping operations. If such deficiencies are observed, the forms and supports shall remain in -place as specified above. 3.7 REMOVAL STRENGTH: A. Control Tests: Suitable strength control tests shall be used as evidence that concrete has attained specified strength for removal of formwork or shoring supporting weight of concrete in beams, slabs and other structural members. 1. Field -Cured Test Cylinders. When field -cured test cylinders reach specified removal strength, formwork or shoring may be removed from respective concrete placements. Strength data from field -cured test cylinders shall be furnished by the Contractor. 2. Laboratory -Cured Test Cylinders: When concrete has been cured as specified for cast -in -place concrete for same time period required by laboratory -cured cylinders to reach specified strength, formwork or shoring may be removed from respective concrete placements. Determine length of time that the concrete placement has been cured by totaling number of days or fraction of days, not necessarily consecutive, during which air temperature surrounding concrete is above 50 degrees F and the concrete has been damp or thoroughly sealed against evaporation and loss of moisture. B. Compressive Strengths: Minimum concrete compressive strengths for removal of formwork supporting weight of concrete shall be 100 percent of specified minimum 28-day strength of class of concrete involved. 3.8 RESHORING: A. Reshoring is not permitted. 3.9 FORM REUSE: A. Do not reuse forms that are worn or damaged beyond repair. B. Thoroughly clean and recoat forms before reuse. Lubbock South Fuel Renovation Concrete Formwork Project #5587 03100 - 7 October 10, 2013 i;' C. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide form liner facing material. For metal forms, straighten, remove dents and clean to return to original condition. 3.10 WATERSTOP INSTALLATION: A. Install waterstops continuous to form an impenetrable water barrier. B. Install mastic waterstops in horizontal and vertical construction joints of: 1. Below grade walls up to 12 inch above finish grade. 2. Joints between below grade walls and slabs. 3. Walls and slabs of liquid -containing structures. 4. As indicated on Drawings. C. Install mastic waterstops continuously in accordance with manufacturer's directions. END OF SECTION Lubbock South Fuel Renovation Project #5587 03100 - 8 Concrete Formwork October 10, 2013 SECTION 03200 CONCRETE REINFORCEMENT PART GENERAL 1.1 SECTION INCLUDES: A. Reinforcing steel for concrete reinforcement except pre -stressing tendons. B. Grouting of reinforcement dowel bars. 1.2 REFERENCES: A. American Society for Testing and Materials (ASTM): 1. ASTM A82—Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A185—Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. 3. ASTM A615—Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. B. American Concrete Institute (ACI): 1. ACI 315-80—Detailing Reinforced Concrete Structures. 2. ACI 318-89—Building Code Requirements for Reinforced Concrete. C. Concrete Reinforcing Steel Institute (CRSI): CRSI Manual of Standard Practice. 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Shop Drawings: 1. Indicate reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type and other pertinent information, including dimensions. Information shall correspond directly to data listed on bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. 3. Detail shop drawings in accordance with ACI 315. 4. Include bill of materials to be reviewed with shop drawings. 1.4 DELIVERY, STORAGE AND HANDLING: A. Store steel reinforcement above ground on platforms, skids, or other supports. Lubbock South Fuel Renovation Concrete Reinforcement Project #5587 03200 - 1 October 10, 2013 i B. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration and rusting caused by exposure to weather. 1.5 COORDINATION: A. Notify Engineer at least 48 hours prior to completion of reinforcement installation to allow for inspection of reinforcement placement. PART 2 PRODUCTS 2.1 MATERIALS: A. Deformed Steel Bars: ASTM A615, grade 60 including Supplementary Requirements (SI), for bars except those shown on drawings as smooth bars. B. Smooth Steel Bars: ASTM A615, grade 60, for bars shown on the drawings as smooth bars. C. Welded Wire Fabric: ASTM A185, furnished in flat sheets only. D. Tie Wire: 18-gauge annealed steel. E. Bar Supports: Provide sufficient numbers of supports of strength required to carry reinforcement. Bar supports and accessories shall be of size required to provide specified concrete cover. Bar supports and other metal accessories shall meet requirements of CRSI Manual of Standard Practice. Use the following type legs for surfaces listed: 1. Slabs, Walls and Beams: Solid Plastic. 2. Slabs on grade: Precast concrete bar supports (as an alternate for solid plastic) 3-inch wide, 6-inch long and thick enough to allow required cover. Embed tie wires in 3-inch sides. F. Epoxy Grout: High -strength rigid epoxy adhesive manufactured for purpose of anchoring dowels into hardened concrete. 2.2 FABRICATION: A. Marking: Clearly mark bars with waterproof tags showing number of bars, size, mark, length and yield strength. Mark steel with same designation as member in which it occurs. Key marks to concrete placement number as designated on concrete placement sequence shop drawings. B. Bending: Fabricate bars to the spaces shown on drawings by cold bending. Bends shall conform to minimum bend diameters specified in ACI 318. Do not straighten or re -bend bars without specific approval. C. Splices: Locate splices as shown. Where it is necessary to splice reinforcement at locations other than shown, splices shall be approved by Engineer. Use a minimum number of splices and locate them at points of minimum stress. Stagger splices in adjacent bars. Length of lap splices shall be in accordance with ACI 318 unless shown otherwise. Lubbock South Fuel Renovation Concrete Reinforcement Project #5587 03200 - 2 October 10, 2013 t D. Construction Joints: Reinforcing shall be continuous through construction joints unless detailed otherwise. E. Fabrication Tolerances: In accordance with fabrication tolerances of CRSI Standard. PART 3 EXECUTION 3.1 PREPARATION: A. Clean reinforcement free of scale, loose, or flaky rust, or other foreign material, including oil, mud, or coating that will reduce bond to concrete. 3.2 INSTALLTION: A. Install reinforcing steel in accordance with applicable codes, reviewed shop drawings and CRSI Standard for details and methods of reinforcement placement and supports. B. Installation Tolerances: Maintain tolerances in accordance with CRSI Standard. C. Interferences: If reinforcing interferes with location of other reinforcing steel, conduits, or embedded items, bars may be moved within specified tolerances or one -bar diameter, whichever is greater. If greater movement of bars is required to avoid interferences, notify Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings, or other items without approval of Engineer. D. Concrete Cover: Except as otherwise shown, provide a clear cover measured from reinforcement to face of concrete as follows: Surfaces Minimum Cover in Inches Interior not exposed to weather: Slabs and walls 3/4 Beams and girders 1-1/2 Exterior formed surfaces not in contact with earth or fresh water: Slabs and walls, #5 and smaller bars 1 Slabs and walls, #6 thru #11 bars Formed surfaces 1-1/2 Beams and girders 2 Exterior formed surfaces in contact with earth or water: Slabs and walls, #5 and smaller bars 1-1/2 Slabs and walls, #6 thru #11 bars 2 Beams and girders 2-1/2 Footings: Top 2 Bottom and sides 3 Surfaces cast against and permanently r r. exposed to earth 3 Lubbock South Fuel Renovation Concrete Reinforcement Project #5587 03200 - 3 October 10, 2013 s �f E. Placement in Forms: 1. Use spacers, chairs, wire ties and other accessory items necessary to properly assemble space and support reinforcing. 2. Provide accessories of sufficient number, size and strength to adequately prevent deflection, or displacement, of reinforcing due to construction loads or concrete placement. 3. Use appropriate accessories to position and support bolts, anchors and other embedded items. 4. Tie reinforcing bars at intersections and to accessories. Tie alternate intersections when spacing is less than 12 inches each way. When spacing is 12 inches each way or greater, tie at each intersection. Blocking reinforcement with concrete or masonry is prohibited. F. Placement for Concrete on Ground: 1. Support reinforcement on chairs with sheet metal bases spaced at approximately 3 feet o.c. each way. Use a minimum of one support for each 9 sq. ft. Tie supports to reinforcing bars. 2. As an alternate, reinforcement may be supported on precast concrete blocks spaced at approximately 3 feet o.c. each way. Use a minimum of one block for each 9 sq. ft. Tie blocks to at least one reinforcing bar using tie wires embedded in block. G. Splices: 1. Do not splice bars, except at location shown on drawings or reviewed shop drawings, without approval of Engineer. 2. Lap Splices: Tie securely with wire to prevent displacement of splices during placement of concrete. H. Construction Joints: Place reinforcing continuous through construction joints unless detailed otherwise. I. Expansion Joints: 1. Do not extend reinforcement through expansion joint. 2. Where shown or scheduled, install smooth steel bar dowels in expansion joints. Apply oil or grease to one end of dowels. J. Welded Wire Fabric: 1. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2-inch or 6-inch, whichever is larger, and lace splices with wire. 2. Do not make end laps midway between supporting beams, or directly over beams, or continuous structures. Lubbock South Fuel Renovation Project #5587 03200 - 4 Concrete Reinforcement October 10, 2013 3. Offset end laps in adjacent widths to prevent continuous laps. K. Field Bending: 1. Shape reinforcing bent during construction operations to meet requirements of the drawings. Bars shall be cold -bent; do not heat bars. 2. Closely examine reinforcing for breaks. If reinforcing is damaged, replace, Cadweld or otherwise repair as directed by Engineer. 3. Do not bend reinforcement after it is embedded in concrete. L. Welding: Welding of reinforcing bars is prohibited. 3.3 GROUTING OR REINFORCING BARS: A. When required and approved by the Engineer, use approved epoxy grout for anchoring reinforcing steel to hardened concrete in accordance with grout manufacturer's instructions. B. Drill hole in existing concrete that is '/-inch larger than diameter of reinforcing bar. Immediately, prior to installation of the reinforcing bar, clean hole free of debris using compressed air. C. Partially fill hole with epoxy. Use enough so that when bar is inserted, epoxy grout will completely fill hole around dowel. D. Dip end of reinforcing bar in epoxy and install into partially filled hole. 3.4 FIELD QUALITY CONTROL: A. Inspection of reinforcing steel installation as specified in Section 01400. END OF SECTION Lubbock South Fuel Renovation Project #5587 03200 - 5 Concrete Reinforcement October 10, 2013 0 A I SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SECTION INCLUDES: A. Cast -in -place concrete consisting of Portland cement, aggregate, water and admixtures. B. Mix design requirements. C. Formwork, reinforcement, joints and placing requirements. 1.2 REFERENCES: AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) and AMERICAN CONCRETE INSTITUTE (ACI) A. ASTM A615--Deformed and Plain Billet Steel Bars for Concrete Reinforcement. B. ASTM C31—Making and Curing Concrete Test Specimens in the Field. C. ASTM C33—Concrete Aggregates. D. ASTM C39—Compressive Strength of Cylindrical Concrete Specimens. E. ASTM C9"1986; Rev. b) Ready -Mixed Concrete. F. ASTM C143--Slump of Portland Cement Concrete. G. ASTM C172--Sampling Freshly Mixed Concrete. H. ASTM C173—Air Content of Freshly Mixed Concrete by the Volumetric Method. I. ACI-306R 1.3 SUBMITTALS: A. Section 01300—Submittals: Procedures for submittals. B. Certificates: Mill certificates for bulk cement. C. Product Data: Manufacturer's data sheets for Engineer approved additives and bonding agents. D. Submit test data on proposed design mixes for each type of concrete to be used in the project to verify that the Specification requirements are met or exceeded. 1.4 QUALITY ASSURANCE: A. Project Controls: Provide necessary controls during evaluation of material, mix designs, production and delivery of concrete, placement, compaction, finishing and curing necessary to assure that work will be accomplished in such a manner to produce the work in accordance with contract documents. Lubbock South Fuel Renovation Project #5587 03300 - 1 Cast -In -Place Concrete October 10, 2013 1.5 DELIVERY, STORAGE AND HANDLING: A. Materials shall be delivered, stored and handled in a manner to prevent deterioration, contamination, or any other circumstances that would be harmful to cast -in -place concrete. 1.6 PROJECT CONDITIONS: A. Do not place concrete during rain, sleet, or snow unless protection is provided and approved by the Engineer. B. Coordinate concrete placement schedule with other related work. C. Notify Engineer at least 24 hours before placement. PART 2 PRODUCTS 2.1 MATERIALS: A. Cement: ASTM C94, Type 1 Cement, unless approved by the Engineer. Only one brand of any one type of cement shall be used for exposed concrete surfaces of any individual structure. B. Fine Aggregate: Aggregate meeting the requirements of ASTM C33. C. Coarse Aggregate: Aggregate sizes No. 467 or No. 57 according to ASTM C33, or as approved by the Engineer. D. Water: Potable water free from detrimental chemicals and solids that will decrease the strength of the concrete. E. Embedded Items: Embedded items shall be of the size and type shown, or as needed for the application. F. Curing Materials: Curing materials shall be burlap, impervious sheets, or membrane -forming compounds. G. Dowels: Plain carbon steel bars, minimum yield point of 40,000 psi for use in slabs on grade. H. Expansion Joint Filler Strips: Pre -molded, non -extruding, resilient, bituminous or non bituminous type for use in concrete paving or construction, thickness as shown. I. Form materials: Wood, metal, or other Engineer approved materials that will produce the specified finishes without adversely affecting the concrete surfaces. J. Form Coating: Non -staining form oil or form -release agent that will not deleteriously affect concrete surfaces nor impair subsequent applications. K. Form Ties: Metal, factory -fabricated, removable snap -off type, that will not have holes less than '/-inch nor more than 1-inch deep and not more than 1 inch in diameter. i L. Joint Sealant: As shown or approved by Engineer for sealing joints in concrete against moisture infiltration. Lubbock South Fuel Renovation Cast -In -Place Concrete Project #5587 03300 - 2 October 10, 2013 M. Reinforcement: Bar reinforcement shall be deformed, grade 60 conforming to ASTM A615. Mesh reinforcement shall be welded wire fabric with wires at right angles to each other. N. Bonding Agent: As approved by Engineer. O. Admixtures: Air -entraining, retarders and other admixtures as approved by Engineer. 2.2 MIX DESIGN: A. Concrete Class: Concrete mixes shall be proportioned to obtain the following characteristics: 1. Class "A": Minimum compressive strength of 3000 psi in 28 days with a minimum of 5 bags of cement per cubic yard. 2. Class "B": Minimum compressive strength of 2500 psi in 28 days with a minimum of 4 bags of cement per cubic yard. B. All concrete shall be Class "A", unless specified otherwise. C. Air Content: Total air content of exterior concrete shall be maintained at 5 to 7 percent by volume of concrete. D. Slump: Slump shall be 3 to 5 inches. If admixtures are used, slump shall be as approved by Engineer. 2.3 STORAGE: A. Materials shall be stored so as not to deteriorate or become contaminated. PART 3 EXECUTION 3.1 FORMWORK: A. Formwork shall be made mortar tight, properly aligned and adequately supported to produce concrete conforming accurately to the indicated shapes, lines, dimensions and to surfaces free of offsets, waviness, or bulges. B. Unless otherwise shown, exposed external corners shall be chamfered, beveled, or rounded by moldings placed in the forms. Chamfer shall be 1-inch nominal. C. Surfaces shall be thoroughly cleaned and coated before each use. D. Forms shall be removed at a time and in a manner that will not damage the concrete. 3.2 REINFORCEMENT: A. Reinforcement shall be fabricated to the shapes required. B. Reinforcement shall be interrupted 2 inches clear on each side or expansion joints. C. Reinforcement shall be continuous through contraction and construction joints. Lubbock South Fuel Renovation Cast -In -Place Concrete Project #5587 03300 - 3 October 10, 2013 D. Supports fabricated of plastic, or other Engineer approved material, shall be used to support reinforcement during placing operations. E. Dowels and tie bars shall be installed at right angles to joints, accurately aligned parallel to the finished surface and rigidly held in place and supported during concrete placement. F. One end of dowel shall be oiled and greased. 3.3 INSTALLATION OF ANCHORAGE ITEMS: A. Installation of anchorage items shall be as shown or required to ensure sufficient anchorage for purpose intended. 3.4 JOINTS: A. Contraction Joints: Joints shall be installed as specified or shown. B. Expansion Joints: Joints shall be installed as specified or shown. C. Construction Joints: Construction joints shall be located as shown or approved by the Engineer. 3.5 PLACING: A. Surfaces to receive concrete shall be clean and free from frost, ice, mud and water. The atmospheric temperature must be above 401 F to place concrete unless the concrete temperature is heated to 700 F. B. Concrete may be placed directly on impervious surfaces that are thoroughly moistened but not muddy. C. During cold weather, in -place concrete shall be protected from freezing weather, throughout the curing period by using blankets and/or heating devices per ACI- 306R. D. During hot weather, a -retarder may be used if approved by the Engineer. E. Concrete to receive other construction shall be struck to the proper level leaving a textured surface to receive the additional construction. 3.6 CONSOLIDATION OF CONCRETE: A. Except for slabs 4 inches or less, each layer of concrete shall be consolidated with internal concrete vibrators supplemented by hand spading, rodding and tamping. B. Vibrating equipment shall be adequate to thoroughly consolidate the concrete. C. Concrete in slabs 4 inches and less shall be consolidated by compacting and screening. 3.7 FINISHING CONCRETE: A. Formed Surfaces: Lubbock South Fuel Renovation Cast -In -Place Concrete Project #5587 03300 - 4 October 10, 2013 1. Fins and loose material shall be removed. 2. Unsound concrete, voids over %-inch in diameter, and tie -rod and bolt holes shall be cut back to solid concrete, reamed, brush -coated with cement grout and filled solid with a stiff Portland -cement -sand mortar mix. 3. Patchwork shall be finished with adjoining concrete surfaces and, where exposed, shall match adjoining surfaces in texture and color. B. Unformed Surfaces: 1. Surfaces shall be finished to a true place with no deviation exceeding 5/16 inch when tested with a 10-foot straightedge. 2. Surfaces shall be screened and floated to the required finish level with no coarse aggregate visible before finishing as specified below. C. Monolithic Finish: 1. Monolithic finish shall be given to flatwork unless otherwise specified. 2. After the surface moisture has disappeared, floated surfaces shall be steel -toweled to a smooth, even, dense finish, free from blemish, including trowel marks. 3.8 CURING: A. Curing shall start as soon as free water has disappeared from concrete surfaces after placing and finishing. B. Curing materials shall be applied and maintained so as to protect the concrete from moisture loss for 7 days. C. Curing shall be accomplished by impervious sheet or membrane -forming curing compound. D. Concrete surfaces shall be thoroughly wetted before covering with impervious sheet materials. E. Membrane -forming curing compound shall be applied with mechanical spraying equipment at a coverage rate as recommended by manufacturer. F. Curing compound shall not be used on surfaces receiving applications depending on adhesion or bonding. 3.9 TESTING: A. The frequency and type of tests shall be determined by the Engineer. B. Aggregates: Aggregates shall be sampled and tested in accordance with ASTM C33. C. Sampling of concrete: Samples of concrete for air, slump, unit weight and strength tests shall be taken in accordance with ASTM C172. Lubbock South Fuel Renovation Cast -In -Place Concrete Project #5587 03300 - 5 October 10, 2013 l_ D. Air Content: Tests for air content shall be performed in accordance with ASTM C173. E. Slump: Slump tests shall be performed in accordance with ASTM C143. F. Cylinders: Cylinders shall be molded and cured according to ASTM C31 and tested in accordance with ASTM C39. END OF SECTION s, �m Lubbock South Fuel Renovation Cast -In -Place Concrete Project #5587 03300 - 6 October 10, 2013-' i SECTION 03470 VEHICLE BARRIERS 1. Crash Protection — Bollards A. Fuel Island bollards shall be constructed of 4" schedule 40 steel, concrete filled, buried 4' in the ground with concrete footing 18" in diameter (min), extending 4' above ground. B. Surface Mounted bollards (tank island bollards) shall be surface mounted bolt down 4" schedule 40 steel, extending min. 42" above ground. Mounting hardware to be stainless steel. Bollards to be installed per manufacture's guidelines. C. Bollards to have bumper post sleeves that are OSHA safety yellow with minimum two (2) reflective strips. Sleeves to be anti -static, ultraviolet resistant and abrasion resistant. The polyethylene to be a minimum 1/8" thickness. Sleeves to be installed per manufacture's guidelines. END OF SECTION Lubbock South Fuel Renovation Project #5587 03470 - 1 Bollards October 10, 2013 SECTION 05540 PRE-ENGINEERED METAL CANOPY PART 1 GENERAL 1.01 SECTION INCLUDES A. Structural steel main building frames and secondary framing including purlins and girts, engineered and fabricated by the building systems supplier. 1.02 REFERENCES A. AISI - Specification for the Design of Cold -Formed Steel Structural Members — 1986 Edition with 1989 Addendum. B. AISC - Specification for Structural Steel Buildings - 1989. C. AISC - Steel Design Guide Series 3 - Serviceability Design Considerations for Low- Rise Buildings - 1990. D. ASTM A36-92 - Specification for Structural Steel. E. ASTM A153-82(1987) - Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. F. ASTM A307-92A - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. G. ASTM A325-92A - Specification for High Strength Bolts for Structural Steel Joints. H. ASTM A123-89A - Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. I. ASTM A446-91 - Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical Quality). J. ASTM A463-88 - Specification for Steel Sheet Cold Rolled Aluminum Coated Type1 and Type 2. K. ASTM A490-92A - Specification for Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints. Lubbock South Fuel Renovation Pre Engineered Metal Canopy Project #5587 05540-1 October 10, 2013 L. ASTM A525-91 B - Steel Sheet, Zinc -Coated (Galvanized) by the Hot - Dip Process, General Requirements. M. ASTM A529-92A - Structural Steel with 50,000 psi Minimum Yield Point. N. ASTM A570-92 - Specification for Hot -Rolled Carbon Steel Sheet and Strip, Structural Quality. O. ASTM A572-92B - Specification for High Strength Low -Alloy Columbium- Vanadium Steels of Structural Quality. P. ASTM A792-89 - Specification for Steel Sheet Aluminum Zinc Alloy Coated by the Hot Dip Process, General Requirements. Q. ASTM C665-91 - Mineral Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. R. ASTM D1494-92 - Test Method for Diffused Light Transmission Factor of Reinforced Plastic Panels. S. ASTM E1514-93 - Specification for Structural Standing Steam Steel Roof Panel Systems. T. AWS A2.4-93 - Standard Welding Symbols. U. AWS D1.1-94 - Structural Welding Code - Steel. V. AWS D1.3-89 - Structural Welding Code - Sheet Steel. W. MBMA Low Rise Building Systems Manual - 1996 Edition. X. NAIMA 202-92 - Standard for Flexible Fiberglass Insulation Systems in Metal Buildings. Y. SJI (Steel Joist Institute) - Standard Specifications, Load Tables and Weight Tables for Steel Joists and Joist Girders - 1992. Z. SSPC (Steel Structures Painting Council) - SP-2-89 - Specification for Hand Tool Cleaning. Lubbock South Fuel Renovation Pre Engineered Metal Canopy Project #5587 05540-2 October 10, 2013 1.03 SYSTEM DESCRIPTION A. Clear span posts with rigid frame — posts spacing 16' x 52' and centered to canopy. B. Bay spacing to be adjusted to post spacing. C. Primary Framing: Rigid frame of rafter beams and posts and wind bracing. D. Secondary Framing: Purlins and other items detailed. E. Lateral Bracing: Horizontal loads not resisted by main frame action shall be resisted by cable in the roof. F. Roof System: Preformed steel panels and accessory components. G. Roof Slope: 1/2 in 12 from south to north. 1.04 DESIGN REQUIREMENTS A. Members to withstand canopy loads: system dead loads, ground snow load of 20 psf. and live load of 20 psf., a seismic coefficient of 0.23 and wind load of 110 mph. All loads shall be in accordance with the MBMA and IBC latest edition. 1.05 SUBMITTALS A. Submit anchor bolt placement plan and footing requirements. 1.06 QUALITY ASSURANCE A. Fabricate structural steel members in accordance with MBMA Low Rise Building Systems Manual, and, for items not covered, AISC — Structural Steel for Buildings. 1.07 QUALIFICATIONS A. Manufacturer: The company manufacturing the products specified in this Section shall have a minimum of twenty years' experience in the manufacture of steel pre-engineered metal building. 1.08 WARRANTY A. Building manufacturer shall provide manufacturer's standard material warranty along with a 30 year standard paint warranty on panels and 10 year warranty on the structural steel final coating. ? l Lubbock South Fuel Renovation Pre Engineered Metal Canopy Project #5587 05540-3 October 10, 2013 I PART 2 PRODUCTS 2.01 MATERIALS - ROOF SYSTEM A. Sheet Steel Stock as required by manufacturer's design. B. R Panel Roofing: Minimum 24 gauge with standard 30 year warranty color. C. Sealant: Manufacturer's standard type. 2.02 MATERIALS -TRIM A. Flashings, Internal and External Corners, Closure Pieces to match panel. 2.03 FABRICATION - PRIMARY FRAMING A. Framing Members: Clean in accordance with SSPC-SP2, prepare, and coat with building manufacturer's standard oil based red oxide primer per SSPC. B. Hot rolled members shall be fabricated in accordance with AISC Specification for pipe, tube, and rolled structural shapes. 2.04 FABRICATION - ROOF FRAMING A. Framing Members: Clean in accordance with SSPC-SP2, prepare, and coat with building manufacturer's standard oil based red oxide primer per SSPC. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that foundation and placed anchors are in correct position. B. Provide access to the work as scheduled for owner provided inspections, if required. 3.02 ERECTION - FRAMING A. Erect framing in accordance with IBC and Common Industry Practices. B. The erector shall furnish temporary guys and bracing where needed for squaring, plumbing, and securing the structural framing against loads, such as wind loads acting on the exposed framing and seismic forces, as well as loads due to erection equipment and erection operation, but not including loads resulting from the performance of work by others. Bracing furnished by the manufacturer for the metal building system cannot be assumed to be adequate during erection. The temporary guys, braces, falseworks and cribbing are the property of the erector, and the erector shall remove them immediately upon completion of erection. C. Do not field cut or alter structural members without approval of the metal building manufacturer. Lubbock South Fuel Renovation Pre Engineered Metal Canopy Project #5587 05540-4 October 10, 2013 D. After erection, prime welds, abrasions, and surfaces not shop primed. 3.03 ERECTION - ROOFING SYSTEMS A. Install in accordance with manufacturer's instructions. B. Exercise care when cutting prefinished material to ensure cuttings do not remain on finish surface. C. Fasten cladding -system to structural supports, aligned level and plumb. D. Paint all structural steel with a gray long life exterior epoxy coat per paint Manufacturer's specification. 3.04 ERECTION - GUTTER AND DOWNSPOUT A. Install gutters and downspouts in strict accordance with manufacturer's instructions. B. Install splash pads. 3.05 TOLERANCES A. All work shall be performed in a workmanlike manner. B. Install Framing in accordance with Common Industry Practices. 3.06 CLEANUP A. Cleanup the construction area after work has been completed. Loose materials, screws, etc. should be removed from site. Lubbock South Fuel Renovation Project ##5587 END OF SECTION 05540-5 Pre Engineered Metal Canopy October 10, 2013 SECTION 10440 FIRE PROTECTION 1 FIRE EXTINGUISHERS A Fire extinguishers shall be 80 B:C and located not more than 100ft from the pumps. B The Fueling Contractor will provide and mount (1) 80 B:C fire extinguisher with heavy duty cover with the words "Fire Extinguisher" printed clearly. Lubbock South Fuel Renovation Project #5587 END OF SECTION 10440 -1 Fire Protection October 10, 2013 SECTION 11210 FUEL SYSTEM WITH MONITORING & LEAK DETECTION 1. General Notes: All equipment shall be designed and rated for the area in which it is installed. All equipment and construction shall meet the following standards and requirements. A. Currently adopted National Electrical Code. B. It shall be Contractors responsibility to meet all required standards. C. Underwriters Laboratories, UL D. Contractor check actual installation of equipment used for project is installed per manufacturer's requirements. 2. Conduit: Conduit used for this project shall be installed as per all pertinent regulations. All underground conduits shall be PVC with the last segment and transition from underground elbows being PVC coated GRC. All above grade conduit shall be GRC. A. Rigid steel conduit (GRC) and fittings i. Hot dipped galvanized with interior surface coated with baked enamel. ii. Or fittings shall be threaded type with material to match conduit. B. Liquidtight Flexible Conduit and Fittings I. Flexible stainless steel metal conduit required at all sumps. ii. Fittings shall be steel compression type watertight. C. PVC Plastic Conduit and Fittings I. Heavy wall polyvinyl chloride, Schedule 40. ii. Fittings shall be solvent weld type of same material and manufacturer as the conduit. D. Conduit Supports I. Conduit clamps, straps and supports shall be steel or malleable iron with galvanized coating. ii. Use of drive straps in wood or plumber's perforated straps is prohibited. 3. Conductors: A. The cable shall be suitable for the intended application and shall be manufactured consistent with the best commercial practice. B. Cable to be buried underground to be stranded copper type XHHW. C. Instrumentation cable shall be single or multiple stranded copper pairs individually shielded with strain wire and overall shielding D. Control cable shall be multiple pair XHHW with and overall insulated jacket E. All cables to meet manufacture recommendations for equipment being installed. 4. Tank Monitoring and Leak Detection: The contractor will provide and install new leak detection i # Lubbock South Fuel Renovation Monitoring & Leak Detection Project #5587 11210 - 1 October 10, 2013 ' r� system for the tanks. A Tank monitoring and leak detection cables shall be installed in dedicated low voltage communication conduit. B. Cable shall be shielded type per manufacturer's recommendations. C. Wiring to tank level probe elements to be installed using shielded twisted pair conductor in 1" conduit. D. Wiring to tank probes and sensors to be installed using shielded cables such as Beldon 88760, 8760, or 8770 in 1" conduit or other equivalent brand. E. Install all probe and sensor modules with tank probes and liquid sensors per instruction manual. F. All wiring to be installed per manufacturers specifications. G. Audible / visual overfill alarms must be installed and configured to alarm at 90% capacity. H. Place all conduit and electrical for the PLLD. 6. Fuel Line Monitoring and Leak Detection: The contractor will provide and install new Line Leak Detector — Veeder-Root Pressurized Line Leak Detection (PLLD) for the fuel line. A. Tank monitoring and leak detection shall be installed in dedicated low voltage communication conduit. B. Cable shall be shielded type per manufactures recommendations. C. Wiring to tank level probe elements to be installed using shielded twisted pair conductor in 1"conduit. D. Wiring to tank probes and sensors to be installed using shielded cables such as Beldon 88760, 8760, or 8770 in 1"conduit or other equivalent brand. E. Install all probe and sensor modules with tank probes and liquid sensors per instruction manual. F. All wiring to be installed per manufacturers specifications. G. Audible / visual overfill alarms must be installed and configured to alarm at 90% capacity. H. Place all conduit and electrical for the PLLD. 7. Fuel Management Communications: A. Fuel management communications from dispenser to controlling computer to be installed in a dedicated low voltage communication 1 inch conduit. B. Communication cable shall be shielded type per manufacturers recommendations. 8. Fuel Control System: The Fuel Master System is to be utilized. All equipment installed for monitoring, leak detection and pump/dispenser controls shall be compatible and function with the *' Fuel Master System as a complete system. The following outlines the general electrical Lubbock South Fuel Renovation Monitoring & Leak Detection Project #5587 11210 - 2 October 10, 2013 requirements. The contractor is responsible for verifying and complying with the specific installation requirements for the equipment. A. The Fuel Master system will need to be wired to dispensers control system. 1. Install a 20 amp, 120 Volt, 1-phase circuit for AC power to FMU from the control building. ii. All conduits associated with the Fuel Master system to be PVC conduits. With last 5ft G RC. iii. Install all wiring to dispenser per dispenser and Fuel Master instructions. iv. Communication line using Cat6 cable to be installed to the Fuel Master unit from the control room located in the building. v. Install pulse outputs to Fuel Master using Belden 8771 conductor or equivalent in 1" GRC conduits as required. 9. Emergency Disconnect Switches: A. Two (2) Emergency disconnect switch shall be installed at the fence pole to the east and west of the dispensers. B. Switches shall be clearly identified for their designated purpose. C. Disconnecting switches in the fueling area shall remove power to the submersible pumps and dispensers. 10. Main Distribution Panel Breaker A. Equipment, QJ 200 Square D breaker and locate in control building. 11. Relays A. Power Off Relay: 2 pole 30A Definite purpose contactor with 120 coil Square D type or similar B. STP Relays: 2 pole 30A Definite purpose contactor with 120 coil Square D type or similar C. Located in Fueling Electrical cabinet 12. Fuel Island Lighting: A. Two 20' bronze (aluminum) light poles with tandum lights. B. RAB ED28 200W Model ALH 200 PSQ/PC 120 Volt pole mount lamps. C. Lighting to be controlled with photo sensor and power from 20 amp circuit breaker panel in control building. 13. Fueling Dispensers & Pumps: A. Dispensers I. Each dispenser to have a 20 amp 1-phase circuit installed for AC power from electrical panel. Lubbock South Fuel Renovation Monitoring & Leak Detection Project #5587 11210 - 3 October 10, 2013 it B. Diesel Pumping system will require the following system connections from the electrical room: i. 230 Volt 1-phase'/< HP submersible pump connection ii. Control wiring from tank level and leak systems C. Unleaded Pumping system will require the following system connections from the electrical room: i. 230 Volt 1-phase'/3 HP submersible pump connection ii. Control wiring from tank level and leak systems 14. Communication: A. Ethernet line to be connected in electrical room. B. Ethernet line will be supplied by Owner. Contractor will supply Ethernet cable to the electrical room that will need to be picked up by Owner's Information Technology Department and hooked -up. Contractor to coordinate with IT department. 15. Fueling Electrical Panel A. 24 space 100A Main Breaker, 1 Phase Outdoor Panel Square D QO or similar B. Wall mounted C. Mounted near Electrical Cabinet END OF SECTION Lubbock South Fuel Renovation Monitoring & Leak Detection Project #5587 11210 - 4 October 10, 2013 SECTION 11310 SUBMERSIBLE PUMPS PART1 GENERAL 1.1 SECTION INCLUDES: A. Submersible Electric Pumps for Pumping Fuels 1.2 SUBMITTALS: A. Submit under provisions of Section 01300. B. Product Data: 1. Submit product data for approval. As a minimum, include the following: a. Manufacturer's standard descriptive bulletins, including operation and maintenance materials. b. Pump performance curve showing performance of pump to be provided. All extraneous information and curves shall be deleted. Specified operating points shall be indicated on the curve. The performance curve shall indicate the following: I. Pump performance overthe entire range from shutoff head to maximum flow. ii. Horsepower vs capacity over entire range. C. Curves shall be 8-1/2 inch by 11 inch format. One pump per curve. PART PRODUCTS 2.1 PERFORMANCE REQUIREMENTS: A. Schedule: 3/4 HP '/3 HP B. Pump Characteristics: 1. Pump selection point shall be within plus or minus 2 percent of the best efficiency point for the pump. 2. Pump shall not overload the nameplate horsepower of the motor at any point of operation. 3. Pump motor service factor shall be 1.10. Lubbock South Fuel Renovation Submersible Pumps Project #5587 11310 - 1 October 10, 2013 2.2 MANUFACTURERS: A. Pumps and accessories: Red Jacket (Veeder-Root) or approved equivalent according to the following: Pumps Red Jacket Diesel 3/4 HP P75S1 - RJ 2 Turbine 4 inch STP Gasoline 1/3 HP P33R1 - RJ 2 Turbine 4 inch STP 2.3 EQUIPMENT: A. General: The equipment shall have the following features: 1. Proven reliability and safety. 2. Designed for Hazardous location — Class 1, Group D Atmosphere 2.4 MOTORS: A. Motors shall be high efficiency suitable for operation on 230 volts AC, 60 Hertz, 1- phase. B. Provide enough electric cable attached to pump motors for terminations in boxes shown. 2.5 SHOP TESTS: Each pump shall be tested for performance at the factory to determine the head vs capacity and motor total electrical power draw (KVA), and motor active electrical power draw(KW) for the full speed at which the pumps are specified and shown on a certified performance test curve as continuous functions throughout the pump's performance range. PART 3 EXECUTION 3.1 INSTALLATION: 3.2 Install the equipment as indicated and in accordance with the manufacturer's written instructions. 3.3 FIELD QUALITY CONTROL: A. Provide services of factory -trained manufacturer's representative to inspect, check out, and place system into operation. Representative shall demonstrate satisfactory system operation and provide instruction to Owner's personnel. END OF SECTION Lubbock South Fuel Renovation Submersible Pumps Project #5587 11310 - 2 October 10, 2013 SECTION 11350 FUELSYSTEM 1. Existing Fuel Systems A. South Fuel 841' Street: I. The UST systems consist of three (3) 15,000 gallon USTs. With cathodic protection, and piping. The system serves six (6) dispensers. Transactions are controlled by a Fuel Master system. 2. Project Work Scope A. Phase 1 — Remove existing fuel systems from 841h Street South Fuel Site. I. Remove and provide dispensers and Fuel Master console to Owner. Drain/evacuate all lines and tanks. ii. Remove and dispose of tank concrete cap. iii. Saw -cut concrete for removal of concrete island at dispensers. iv. Remove and dispose of concrete curb/gutter, sidewalk and native soil/backfill for new west entrance. v. Notify Owner N contaminated soil exists at piping or tanks, so that soil analysis may be performed to determine if remediation work is required by the state. vi. Remove and dispose of tank top equipment and containment. vii. Remove and dispose of existing wiring. viii. Remove tank monitoring system and provide control unit to Owner. ix. Coordinate with Owner's environmental personnel and Engineer for tank removal soil samples. x. Remove and dispose of tanks and provide certificates of destruction to Owner. B. Phase 2 — New Fuel System Overview i. Remove U security picket fencing for west drive and install comer post and matching fencing upon completion of project along north to allow for extent of excavation as needed. ii. Install and anchor one (1) 20,000 gallon and one (1) 30,000 gallon double wall underground storage tanks (UST) with interstical monitoring. 1. One (1) diesel tank (20,000 gallon). 2. One (1) unleaded tank (30,000). Lubbock South Fuel Renovation Fuel System Project #5587 11350 -1 October 10, 2013 iii. Route underground electrical as indicated. iv. Install 3" over 2" double wall FRP primary piping with secondary piping test boots on the piping at the piping termination under dispenser containment sumps and at the STP sumps. v. Install 2" FRP vent piping. vi. Install fiberglass containment sumps with sensors. vii. Install fiberglass under dispenser containment (UDC) with sensors. viii. Install liquid sensors in all containments. ix. Install Stage 1 vapor recovery riser including the ball float, adapter, riser, vapor recovery adapter, with double wall spill bucket. x. Install 18" manways for tank interstical and tank monitoring probes. A. Install composite 44" manways for turbine sump containment manways. xii. Install tank monitoring system, equipped with in -tank monitoring probes, sump and tank interstitial sensors, audible visual overfill alarm. xiii. Install 8" concrete slab over tanks and for fueling area. xiv. Install 6'/z" concrete slab at new fueling islands. xv. Install three (3) fueling islands with crash protection. xvi. Install tank slab with crash protection, concrete to be feathered away from the manways to prevent drainage into the containments. xvii. Install fuel management system (Fuel Master) with card reader at center island. Display to be facing west. xviii. Trenching from control building to new fuel system for electrical system. xix. Install electrical system for new fuel system. xx. Provide fire extinguisher on east fence pole north of dispensers. xxi. Place new stripping. Provide contractor grade acrylic, striping paint for new asphalt or coated asphalt. Apply marking paint in dry weather when pavement and atmospheric temperatures are fifty (50) degrees F. or above (or mfg. Specification) and are anticipated to remain above fifty (50) degrees F. for four (4) hours after completing application. 3. Project Options A. Additive Alternate A — Seal Coat on Asphalt B. Additive Alternate B — Canopy Lubbock South Fuel Renovation Fuel System Project #5587 11350 - 2 October 10, 2013 C. Additive Alternate C — Generator Emergency Power D. Additive Alternate D —1 %" Asphalt Overlay on Existing Asphalt 4. Equipment and Materials AD equipment and materials covered by the other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specifications, when requested by the Owner. A. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Owner. B. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Owner and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. C. All aspects of this system shall be installed in accordance with the equipment manufacturer requirements. D. Underground Storage Tanks (UST) — the USTs shall be Containment Solutions or approved equal double wall fiberglass 20,000 gallon and 30,000 tanks with the CSI Hydrostatic Monitoring system or equal. Tanks to include fiberglass attached collars for sumps. E. Piping & Valves i. Pressurized piping shall be 3" over 2" A.O. Smith Red Thread fiberglass pipe, UPP Semi -Rigid or equal. ii. Vent piping shall be 2" A.O. Smith Red Thread fiberglass pipe or equal iii. Fiberglass piping shall bare a UL 971 label. iv. Aboveground piping shall be painted schedule 40 black pipe with vent heads. v. Full port ball valve with swivel flex connector shall be installed at the submersible pumps to allow for system isolation and testing. vi. Directional check valves shall be installed in each of the diesel STP sumps. vii. The installation contractor's installation technician shall hold a current manufacturer's training certificate for the piping material. viii. Emergency shut-off valves with swivel flex connectors shall be installed at the dispensers. F. Tank Monitoring System (No Substitutions) — See Tank specifications: 11410 Lubbock South Fuel Renovation Fuel System Project #5587 11350 - 3 October 10, 2013 3 j_ j_ G. Spill Protection —Shall consist of OPW Edge double -wall 5-gallon spill bucket or equal on the fill and on the vapor recovery riser. H. Cap and Adapters —Fill cap to be OPW 634TT, fill adapter to be OPW 61 SA swivel adapter, vapor cap to be OPW 1711T, vapor adapter to be OPW 61VSA swivel adapter or equivalent for caps and adapters. I. Overfill Drop Tube — Drop tube to be OPW 71 SO overfill prevention valve or equal. J. Manhole Covers & Lids — STP manhole cover to be composite bolt down and meet or exceed Highway Specification-20 (H20). K. Piping STP Sump: L Shall be constructed of fiberglass ii. Shall he installed in raised island iii. Designed and constructed with a watertight manway lid iv. Equipped with a liquid sensor v. Detection of liquid in these containment vessels shall positively shutdown the submersible turbine pump L. Under Dispenser Containment (UDC): i. Shall be constructed of fiberglass ii. Shall be installed in raised island iii. Equipped with a liquid sensors iv. Detection of liquid in these containment vessels shall positively shut down the submersible turbine pump M. Pressure/Vacuum Vent Caps L To be OPW 623V or similar to meet NESHAP requirement for >100,000 gal/mo. N. Submersible Turbine Pump (STP) L Diesel STP shall be 3/4hp with mechanical leak and prepped for PLLD or equal equipment. ii. Unleaded STP shall be 1/3hp mechanical leak detection and prepped for PLLD or equal equipment. 0. Dispensers Lubbock South Fuel Renovation Fuel System Project #5587 11350 - 4 October 10, 2013 The diesel dispensers are single product single hose minimum 20gpm, and the unleaded dispensers are single product single hose minimum 10gpm. i. Bennett Select electronic, high hanging dual hose dispenser or equivalent. ii. This dispenser shall be configured and wired to work with the Fuel Master management system. iii. The dispenser shall be equipped with all hoses, nozzles, swivels, breakaways and filters. iv. Diesel Dispensers — Single product, single hose dispenser, high flow (20-30 gpm) with 1" hoses and high flow nozzles. v. Unleaded Dispensers — Single product, single hose dispenser, high flow (10-15 gpm) with 3/4" hoses and nozzles. 5. Fuel System Testing A. Tank and Piping Testing: i. Primary piping shall be pressure and soap tested at 1.5 time operating pressure. Secondary piping shall be tested and soaped at 5psi. iii. The STP sump, under dispenser containment, and spill bucket shall be hydro tested in accordance with state regulations. Only mechanical repairs shall be permitted. iv. Any failures must be reported to the Owner/Engineer immediately. B. Secondary Containment testing I. The STP sumps, under dispenser containments, and spill buckets shall be hydro tested (2" above the highest penetration) in accordance with state and manufacturers recommendations. C. Inspections & Reporting: During the installation of the fueling systems the contractor shall coordinate the required inspections and the local fire department. Including but not limited to the following points during the project: L When the piping is pressure/soap tested ii. When the containment/sumps are hydra tested iii. Just prior to commissioning for service for final inspection of the entire functioning system iv. The systems shall not be commissioned for service until a written authorization has been received from OPS and the local fire department. v. Thirty (30) day registration update after installation. The Owners Representative must be notified 24 hours prior to each scheduled inspection. Prior to commissioning the systems for service, all systems shall be function tested and shall include but not be limited to: 1 Lubbock South Fuel Renovation Fuel System Project #5587 11350 - 5 October 10, 2013 �e 7 d_ L Emergency stop and resets ii. Liquid sensors in transition sumps and under dispenser containment Ill. Mechanical Leak Detectors • Confirm hydraulic continuity during startup to dispensers iv. Audible / Visual overfill alarms v. Liquid sensors Results of this function testing shall be documented and presented to the Owner prior to placing the system into service. D. Ali testing will be performed in accordance with the state of Texas Tank Regulations and manufacturer's recommended procedures. END OF SECTION Lubbock South Fuel Renovation Project #5587 11350 - 6 Fuel System October 10, 2013 SECTION 11360 ELECTRONIC COMMERCIAL REMOTE DISPENSER 1. Configuration Including Number of Products and Hoses. Bennett dispenser model # 3712BMR-49- GD-P for diesel and model # 3711 SNR-1 9-J-R-RD-P for gasoline are approved. The Bennett dispenser shall have: 1.1. Provision for dispensing gasoline fuel product from one hose outlet. 1.2. One product inlet connection of 1-1/2 inch NPT Pipe. 1.3. One product outlet connections of 1 inch NPT including a removable 1 inch x 3/4 inch reducer bushing. 1.4. One Side mounted nozzle boots (island oriented) to allow dispensing from either the front or rear island traffic lane. 1.5. One volumetric positive displacement, piston style meter(s). 2. Performance. The dispenser shall have: 2.1. A maximum(1) flow rate of twelve (12) gallons per minute (45 liters per minute) for gasoline dispenser and a maximum flow rate or twenty-four (24) gallons per minute (90 liters per minute) for diesel dispenser. 2.1.1. (1) Maximum Flow Rate is optimal rates during testing. Actual rates will vary depending upon installation conditions and accessories such as hoses, nozzles, swivels, etc. and choice of submerged pump horsepower rating. 3. Construction. The dispenser shall have: 3.1. A bolted interlocking frame design for ease of frame repair. 3.2. A corrosion resistant frame. 3.3. Black powder coated, corrosion -resistant steel top cover. 3.4. Black powder coated, corrosion -resistant steel side panels. 3.5. Black powder coated, corrosion -resistant hinged upper cabinet door. 3.6. Hinged lower doors are powder coated base paint and finished in a baked acrylic of red color. 3.7, Hinged lower and upper doors secured by two locks each. 3.8. A rain channel diversion design and gasket seal around the door prevents rain or snow from entering the electronic enclosure. 3.9. Removable product ID panels. 3.10. Nominal dimensions as follows: 3.10.1. High hose style cabinet - 88"H x 30"W x 20"D. 4. Remote Dispenser Hydraulic System. The dispenser shall have: $ Lubbock South Fuel Renovation Dispensers Project #5587 11360 - 1 October 10, 2013 i 3� 4.1. One diaphragm type shut-off control valve(s) for smooth hydraulic flow and prevention of fuel flow while the dispenser is in the "off' state. 4.1.1. One inlet check valve(s) to prevent fuel flow backward at the dispenser inlet. 4.1.2. One 35-micron replaceable paper filter(s). 4.2. Two volumetric, positive displacement piston meter(s). Each meter shall have: 4.2.1. A design that relies upon the CPU and software to perform calibration adjustments electronically. The meter shall not have any mechanical means to alter the calibration setting performed by the CPU. 4.2.2. The ability to measure in US Gallons. 4.2.3. Accuracy of +/- 0.3% from 1.5 GPM (5 LPM) to 26 GPM (100 LPM). 4.3. 3/4 inch 24 VDC solenoid valve 5. Electrical Power Requirements. The dispenser shall have: 5.1. Provision to operate the electronic controls with nominal voltage of 115v 60Hz, 1 Phase with a tolerance of plus or minus 24% and a cycle range of 48 to 62 Hz. 6. Electronic Computer per Hose. The dispenser shall have: 6.1. One electronic computer module designed to be intrinsically safe for UL Class 1, Division 1 hazardous locations. The electronic computer module shall have: 6.1.1. Single board design which includes the CPU, Power Supply, LCD Displays with backlighting, Battery Backup, electronic meter calibration, RS-485 Fleet Card System communication interface, electro-mechanical analog totalizer and wiring terminal strips for field wiring termination. 6.1.2. One Auxiliary Display Board for Side 2 of the cabinet. 6.1.3. Fifteen (15) minutes of Battery Backup Display power during a VAC power loss, including the ability to Recall the last sale amount after the displays blank out. 6.1.4. One intrinsically safe optical pulser that is self monitoring to prevent product flow in the event of a malfunction. This pulser shall have provision to attach a wire seal to make it tamper -proof. 6.1.5. One Magnet Proximity Pump Handle Switch for positive on/off operation. This handle switch shall be electronically interlocked so that the transaction display resets to zero each time the switch is turned to the "On" position. The handle and nozzle boot assembly shall be constructed so that the nozzle cannot be replaced in the boot/cradle unless the handle switch is in the "Off' position. 6.1.6. The transaction displays of the electronic computer module shall each have: 6.1.6.1. One LCD to display each transaction. The LCD shall have high contrast black characters of 1" (2.54cm) height. 6.1.6.2. Capability to display six (6) digits for a single transaction. For Gallons the display shall be 999,999 maximum; for Liters the display shall be 9,999.99 maximum. 6.1.6.3. Capability to display accumulative, non-resettable electronic transaction Lubbock South Fuel Renovation Dispensers Project #5587 11360 - 2 October 10, 2013 'i' hose totals. For Gallons the display shall be 99,999,999.999 maximum; for Liters the display shall be 999,999,999.99 maximum. A toggle switch on the board causes hose totals to be displayed. Without opening the upper cabinet, a factory Magnet touched near the main LCD Display causes hoses totals to be displayed without opening the upper cabinet doors. 6.1.7. Accumulative, non-resettable Electro-mechanical totalizer for hose totals must be visible from the main LCD Display window without opening the upper cabinet doors. 6.1.8. Jumper selectable program set-up functions shall include: 6.1.8.1. Hose Number Address (1 thru 4). 6.1.8.2. RS-485 Mode (On) or Stand Alone Mode (Off) (5). 6.1.8.3. Suction Pump Motor Delay (On) or No Delay (Off) (6). 6.1.8.4. Leak Detector 3 Second Pre -charge (Off) or No Pre -charge (On) (7). 6.1.8.5. Volume Units US Gallons (Off) or Imperial Gallons (On) (8). 6.1.8.6. Volume Units US Gallons (Off) or Liters (On) (9). 6.1.9. Automatic Error Code numbers displayed on main LCD for each common functional or component failure during system operation. 6.1.10. Built-in technician activated software diagnostics with error codes to troubleshoot and isolate the area of malfunction. 6.1.11. Electronic Calibration of the meter setting and shall provide a physical switch to access the electronic calibration mode. This switch shall have a security provision to attach a seal wire. 6.1.12. Capability to operate in temperatures ranging from -30C to +50C at 95% non - condensing humidity without heaters or cooling fans. 7. Fuel Compatibility. The dispenser shall have: 7.1. Compatibility with standard motor fuels as defined: 7.1.1. Product 1: Unleaded gasolines containing less than 10% Alcohol blends. 7.2. Product ID panels to read: 7.2.1. Product ID Panel 1: 7.2.1.1. Label: UNLEADED 7.2.1.2. Foreground Color: white 7.2.1.3. Background Color: black 8. Approvals. The dispenser shall have: 8.1. Underwriters Laboratories listing for the use for which it is intended. The U.L. label shall be permanently affixed to the side of the pump. 8.2. N.T.E.P. Certificate of Conformance for the use for which it is intended available upon request. i Lubbock South Fuel Renovation Dispensers Project #5587 11360 - 3 October 10, 2013 9. Options. The dispenser shall include the following options: 9.1. 1 optional Pulse Output Board(s). Each Pulse Output Board can handle up to two fueling hoses. The Pulse Output Board electronically generates the identical "original specification" voltage signals of the Veeder-Root register for communication to an external device. 9.2. This electronic fuel cabinet includes the factory installed optional capability of a Pulse Output Board located in the upper electronics area for communication to a FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus that DOES NOT have an RS-485 interface or current loop interface to this electronic fuel cabinet. This Pulse Output Board option offers a maximum two (2) Hose capability. Additionally, this Pulse Output Board provides two (2) channels of pulse output per Hose, for a maximum of 4 channels per board. This Pulse Output Board can "control and communicate" to a FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus by generating analog voltage levels that electronically "mimic" the original Veeder-Root register specification protocol for pump handle signal, pulse output signal and control of motor/valves. A second conduit stub, nuts and washers are provided to isolate this communication wiring to the FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus, if required. This Pulse Output Board provides termination points for ALL EXTERNAL FIELD WIRING. ALL EXTERNAL FIELD WIRING that is required to and from the building to this fuel cabinet and the FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus are to be furnished and installed by, and are the responsibility of, the installing contractor. See Section 10 titled "Equipment and Services Furnished and Installed by Others" for additional details concerning the FuelMaster Syn-Tech Systems, Inc. — FuelMaster Plus capability. Check with FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus for more information on proper installation requirements. 9.3. The FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus communicates to this electronic fuel cabinet's CPU board for fuel control via the factory installed optional Pulse Output Board. However, the FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus may have multiple optional methods, some of which may be RF, WiFi and hard -wire connection, for communication INTO the customer's main office accounting computer system. It is the responsibility of the installing contractor to determine which FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus communication method has been specified and ordered for this particular project. ALL EXTERNAL FIELD wiring that is required from the building to this electronic fuel cabinet and the FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus are to be furnished and installed by, and are the responsibility of, the installing contractor. See Section 10 titled "Equipment and Services Furnished and Installed by Others" for additional details concerning the FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus capability. Check with FuelMaster Syn-Tech Systems, Inc. - FuelMaster Plus for more on this system's installation requirements. 9.4. Second conduit for isolating communication to a peripheral device. 9.5. Balanced Vapor Recovery kit which includes co-ax host outlet adapter and internal vapor piping. 9.6. An Extended Nozzle Hook Kit (part number 111303) is required to properly store the VST EVR Balanced Vapor Recovery Nozzle. The Extended Nozzle Hook Kit is a Service Part. The Extended Nozzle Hook Kit is a field -installed part by others. 10. Equipment and Services Furnished and Installed by Others 10.1. Hanging Hardware Package Description 10.1.1. 3/4" Hanging Hardware Package for Standard Speed Fueling consisting of: Lubbock South Fuel Renovation Dispensers Project #5587 11360 - 4 October 10, 2013 SECTION 11410 FIBERGLASS UNDERGROUND TANK FOR PETROLEUM STORAGE Part I: General 1.01 Quality Assurance A. Acceptable Manufacturers: Containment Solutions, Inc., Conroe, Texas B. Governing Standards, as applicable: 1. Underwriters Laboratories Inc. standard 1316, Glass -Fiber Reinforced Plastic Underground Storage Tanks for Petroleum Products, Alcohols, and Alcohol -Gasoline Mixtures. 2. Underwriters Laboratories of Canada standard ULC-S615, Reinforced Plastic Underground Tanks for Flammable & Combustible Liquids. 3. National Fire Protection Association codes and standards: a. NFPA 30 Flammable and Combustible Liquids Code b. NFPA 30A Motor Fuel Dispensing Facilities and Repair Garages Code c. NFPA 31 Installation of Oil -Burning Equipment Standard 4. City of New York Department of Buildings M.E.A., 71-85-M 5. American Concrete Institute standard ACI 318, Building Code Requirements for Structural Concrete. 1.02 Submittals Contractor shall submit 6 copies of: shop drawings, manufacturer's product brochures, installation instructions and calibration charts. Part II: Products 2.01 Single -Wall, Double -Wall and Triple -Wall Fiberglass Underground Storage Tanks A. Loading Conditions - Tanks shall meet the following design criteria: 1. External hydrostatic pressure: Buried in ground with 7' of over burden over the top of the tank, the excavation fully flooded and a safety factor of 5:1 against general buckling. 2. Surface Loads: When installed according to manufacturer's current installation instructions, tanks shall withstand surface HS-20 axle loads (32,000 Ibs/axle). 3. Internal Load: Primary and secondary tanks shall withstand 5 psig (35 kPa) air pressure test with 5:1 safety factor. 4. Tanks shall be designed to support accessory equipment such as heating coils, ladders, drop tubes, etc. when installed according to manufacturer's recommendations and limitations. � Cal Lubbock South Fuel Renovation Fiberglass Double Wall Tanks Project #5587 11410 - 1 October 10, 2013 B. Product -Storage Requirements 1. All primary tanks must be vented. Tanks are designed for operation at atmospheric pressure. only, except for use with vapor recovery systems at a pressure or vacuum not to exceed 1 psig (7 kPa). 2. Tanks shall be capable of storing liquids with specific gravity up to I.I. 3. Tank shall be capable of storing the following products: a. Diesel fuel oils for oil burning equipment at temperatures not to exceed 150°F. b. Gasoline, jet fuel, aviation gasoline, motor oil (new or used), kerosene, diesel motor fuel at ambient temperatures. c. Alcohol -gasoline blend motor fuels at ambient temperatures: • Gasoline -ethanol blends with up to 100% ethanol. • Gasoline -methanol blends with up to 100% methanol d. Oxygenated motor fuels at ambient temperatures with up to 20% (by volume) methyl tertiary butyl ether (MTBE), ethyl tertiary butyl ether (ETBE), di -isopropyl ether (DIPE), tertiary butyl alcohol (TBA), tertiary amyl methyl ether (TAME), or tertiary amyl ethyl ether (TAEE). e. Biodiesel-diesel blends with up to 100% biodiesel (6100 per ASTM) at ambient temperatures. C. Materials 1. The tank shall be manufactured as a matrix of premium resin, glass fibers and silane- treated silica that together result in a composite providing improved corrosion protection. 2. The tank inner wall shall be fabricated against a mold to produce a non -air inhibited and high gloss laminate to provide a fully cured inner surface without the need of wax coats, a low coefficient of friction and a natural resistance to the build-up of algae or other contamination on the surface. D. Dimensional Requirements 1. Nominal capacity of the tanks shall be a 20,000 and 30,000 gallons. 2. Nominal outside diameter of the tank shall be 10 feet. E. Monitoring Capabilities 1. Double and triple -wall tanks shall have a monitoring space between the walls to allow for the free flow and containment of leaked product from the primary tank. The monitoring space shall provide equal communication in all directions. 2. The following continuous monitoring conditions shall be compatible with the cavity between the inner and outer tanks: Lubbock South Fuel Renovation Fiberglass Double Wall Tanks Project #5587 11410 - 2 October 10, 2013 a. Vented to atmosphere b. Vacuum — 5 psig maximum c. Positive air pressure (5 psig maximum) d. External hydrostatic pressure — 7' maximum groundwater head pressure over tank top 3. Tanks 6' diameter and larger shall have an integrally mounted annular space reservoir installed on the tank for factory -installed brine and continuous hydrostatic monitoring. The reservoir shall be constructed of fiberglass reinforced plastic materials and be included in the tank warranty. 4. The monitoring fitting for the monitoring space shall be a 4" NPT fitting. 5. The monitoring system shall be capable of detecting a breach in the inner and outer tank under the following installed conditions: a. When the primary tank is empty. b. When the primary tank is partially or completely full and the ground water table is below tank bottom. c. When the primary tank is partially or completely full and the tank is partially or completely submerged in groundwater. 6. The leak detection performance of the monitoring system shall be tested and verified by a qualified independent consultant to detect leaks in the primary or secondary tank walls as small as 0.10 gallons per hour within one -month. 7. The hydrostatic monitoring system shall be capable of a precision tank test that is listed by the National Work Group on Leak Detection Evaluations (NWGLDE) and be listed as a continuous interstitial monitoring method (liquid filled) by NWGLDE. 8. If hydrostatically monitored, any solution used in the monitoring space shall be compatible with the tank and be of a contrasting color to the tank. 2.02 Accessories A. Flanged Manways 1. The standard manway is 22" I.D. and will be furnished with UL listed gaskets and covers. 2. Location — see standard tank drawings. 3. Optional manway extensions shall be fiberglass and 3 feet long. B. Fill Tubes - Fill tubes of appropriate design shall be supplied by contractor. g C. Hydrostatic Monitor Accessories 1. Brine monitoring fluid shall be a calcium chloride solution. } Lubbock South Fuel Renovation Fiberglass Double Wall Tanks Project #5587 11410 - 3 October 10, 2013 2. Double float reservoir sensor supplied by contractor shall be designed for CSI reservoirs. The components of the sensor shall be compatible with brine and provide two alarm points positioned 10" apart. D. Secondary Containment Collar 1. UL label shall be affixed to collar. 2. The collar shall be fiberglass reinforced plastic, 42" or 48" in diameter and shall be factory -installed in accordance with drawings. 3. The collar shall include an internal adhesive channel. 4. The collar shall be included in the 30-year tank warranty. E. Adhesive Kit (Kit AD) 1. UL Listed and alcohol compatible adhesive kit shall provide a watertight seal at the tank sump and containment collar joint to prevent the ingress of water or egress of fuel. The adhesive kit includes resin, catalyst, mixing stick, putty knife, sandpaper, grout bag, and installation instructions. F. Tank Sumps 1. UL label shall be affixed to tank sump components. 2. Tank sumps & collars shall be listed by Underwriters Laboratories for petroleum fuels and all blends of alcohol (same as tank). Collar and sump shall be tested and listed as a complete sump system. 3. Tank sump components shall be constructed of fiberglass reinforced plastic. The tank 11 sump shall be 42" or 48" in diameter and must mount to the secondary containment collar. Standard tank sump shall consist of an octagon shaped base (round base is optional), round body extension and enclosure top. 4. The octagon base shall be 24" in height and provide 19" high panels for piping entry points. The base must be capable of joining to the collar with an internal adhesive channel. 5. A 34" O.D. watertight lid shall be provided at the submersible and fill/vapor end of the tank and provide a watertight seal to the sump enclosure with12" of water above the lid and remain leak free. G. Ladders 1. Ladders shall be supplied by the tank manufacturer (aluminum). H. Anchor Straps 1. Straps shall be supplied by the tank manufacturer. 2. Number and location of straps shall be as specified by manufacturer. 3. Each strap shall be capable of withstanding a maximum load of 25,000 lbs. t Lubbock South Fuel Renovation Fiberglass Double Wall Tanks Project #5587 11410 - 4 October 10, 2013 I. Prefabricated Concrete Deadmen Anchors 1. Design Conditions — Deadmen shall meet the following design criteria: a. Deadman shall be designed to ACI 318 b. Manufactured with 4,000 psig concrete c. Manufactured in various lengths d. Provide adjustable anchor points for hold down straps J. Liquid Sensor Drawstring 1. Galvanized steel drawstring shall be factory installed at the monitoring fitting to facilitate field insertion of sensor. K. Fittings Threaded NPT 1. All threaded fittings shall be located on a manway cover or within 12" of the tank top center line. Fittings to be supplied with temporary thread protectors or threaded plugs. 2. All standard fittings shall be 4" diameter NPT half couplings. 3. Internal piping shall be terminated at least 4" from the tank bottom (6" for 12' diameter tanks). Part III: Execution 3.01 Installation and Testing Fiberglass underground tanks must be tested and installed according to the current installation instructions provided with the tank, manufacturer's requirements. Tanks are installed with pea gravel or crushed stone as specified in current installation instructions. Part IV: Limited Warranty 4.01 Limited Warranty Warranty shall be manufacturer's limited warranty along with 30 year corrosion warranty. Lubbock South Fuel Renovation Fiberglass Double Wall Tanks Project #5587 11410 - 5 October 10, 2013 j i SECTION 15250 FUEL PIPING For UPP Piping, UL-971 1.0 General All pipe, fittings and penetration fittings are to be listed by Underwriters Laboratories UL971 and ULC/0RD-C971-2005 for Nonmetallic Underground Piping for Flammable Liquids and approved for use for Normal Vent, Vapor Recovery and Product Piping. All piping shall meet the UL971 standard for all four test fuels: MV, CT, HB, AM (see section 3.0 for description). All fittings, penetration fittings and pipe couplers shall be an electrofusion type and made of HDPE material. Fittings, include couplers, elbows, tees, termination fittings with integral nickel plated brass threads, unions or flanges and penetration fittings. Only fittings supplied by the manufacturer may be used and shall carry the UL971 listing. All fittings and pipe which are electrofused may only be fused using the fusion welder supplied by the manufacturer. The electrofusion welder shall be a constant current welder and shall automatically recognize the type and size of fitting along with the ambient temperature when connected to apply the correct amount of energy to provide a successful weld. This automated welder alleviates any operator adjustments to provide a successful weld. Field bonded, swedged, glued or mechanical joined pipe and fittings shall not be allowed. Penetration fittings when used in conjunction with HDPE tank, dispenser or transition sumps shall be the 300 electrofusion series as manufactured by UPP, made of HDPE and fusion welded only. Use of rubber style penetration fittings is not allowed . When tank, dispenser or transition sumps are made of fiberglass construction, penetration fittings shall be the FEB series as manufactured by UPP to provide a rubber -less entry fitting. Secondary containment terminating reducers used for terminating the secondary piping to the primary piping inside of tank, transition or dispenser sumps shall be made of HDPE and fusion welded only. Terminating reducer shall include an integral test port for use in future testing of the secondary containment piping system. Test ports may have internal valves removed to provide draining of primary pipe leaks into low point accumulation sumps. 2.0 References • NFPA 30, " Flammable and Combustible Liquids Code" • NFPA 30A, " Code for Motor Fuel Dispensing Facilities and Repair Garages" • NFPA 37, "Stationary Combustion and Gas Turbines" • Underwriters Laboratories — UL-971 • PEI/RPI-100 'Recommended Practices for Installation of Underground Liquid Storage Systems" • PEI/RPI-200 'Recommended Practices for Installation of Aboveground Storage Systems for Motor Vehicle Fueling" • PEI/RPI-800 'Recommended Practices for Installation of Bulk Storage Systems" • USEPA — 40 CFR Parts 280 & 281 Federal UST Standards Lubbock South Fuel Renovation Project #5587 15250 - 1 Fuel Piping October 10, 2013 • PPI — Plastic Pipe Institute • NYCFD — New York City Fire Department C of A Approval # 5143 3.0 Compatibility The piping system and fittings shall be resistant to all of the following: A. Motor Vehicle Fuels (MV) - petroleum based hydrocarbon fuel typically found in consumer dispensing, boiler operations, and emergency generation systems using gasoline or diesel fuels including blended fuels with a maximum 15% MTBE or Methanol or 30% Ethanol. B. Concentrated Fuels (CT) - Alternate un-blended fuels for up to 100% concentrations of Toluene, Methanol and Ethanol. C. High Blend Fuels (HB) - Fuels with higher than normal gasoline blends with maximum 50% Methanol or Ethanol. D. Aviation and Marine Fuels (AM) - Specialty aviation and Marine use fuels for up to 100% kerosene or leaded gasoline 4.0 Underground Piping- Materials and construction Primary & Secondary Pipe and Fittings Material -All primary piping shall be a single -wall "UPP" brand, as manufactured by Franklin Fueling Systems. All primary piping shall have a pressure rating of 90 psig and a vacuum rating of 26.6 inches of Hg. All secondary containment piping shall be "UPP" brand, as manufactured by Franklin Fueling System. All secondary containment piping shall have a pressure rating of 58 psig and a vacuum rating of 15 inches of Hg. The primary pipe shall consist of three integrated layers: • Black outer structural layer of the pipe is a High Density Polyethylene (HDPE) grade, PE80 or PE100 which allows the use of electrofusion couplers and fittings to construct the pipeline system. • The intermediate layer is a tie -layer (adhesive) which permanently bonds the polyethylene layer to the polyamide barrier layer. • The yellow inner barrier layer of UPP Extra pipe is specially formulated "fuel proof' Polyamide which is resistant to absorption and permeation of all motor fuels as described in section 3.0. 4.1 Fittings All primary couplings, sump entry fittings, and miscellaneous piping appurtenances shall be "UPP" brand for double -wall, as manufactured by Franklin Fueling Systems. The fittings shall be permanently attached to the primary pipe by electrofusion (or as otherwise specified by the manufacturer). All secondary containment fittings, sump entry fittings and test boots shall be "UPP" brand as manufactured by Franklin Fueling Systems, and shall allow for 100% inspection of the primary joint pressure test before being be fully air -testable itself. 5.0 Delivery, Storage and Handling: Pipe and fittings shall be protected from damage due to impact and point loading. Pipe shall be properly supported to avoid damage due to flexural strain. The contractor shall not allow dirt, debris or other extraneous materials to get into the pipe and fittings. Lubbock South Fuel Renovation Fuel Piping Project #5587 15250 - 2 October 10, 2013 1 6.0 Installation and Training: The piping system shall be installed as specified on contract drawings or at the discretion of the installing contractor to provide a complete pipe conveyance system as required for the project. Pipe sizes shall be as shown on the contract drawings. All pipe and fittings installed or constructed in the field shall be assembled and fusion -welded by employees of the contractor who have been trained and certified by the manufacturer. When required, the pipe manufacturer's authorized trainer shall train the contractor's employees in the proper assembly and fusion -welding procedures necessary for the project. The piping system shall be installed in strict accordance with the manufacturers current installation published installation instructions. The installing contractor shall be responsible for all necessary specialty tools and consumables required for a complete testable piping installation. 7.0 Testing Underground Product Piping 7.1 General Contractor shall notify, where required, any authorities having jurisdiction in advance of any piping tests. Prior to pressure testing, the piping must be isolated from any tanks, pumps, boilers or dispensers. An air pressure test must be performed on the primary and secondary piping to detect any leaks that may exist. Test pressure to be in accordance with UPP Product Installation Manual. All testing shall be in compliance with the pipe manufacturer's installation instructions. 7.2 Prior to Backfill All new piping shall be tested before being covered, enclosed, or placed into service. Test pressure to be in accordance with UPP Product Installation Manual. On double -wall secondary piping systems, after the inner pipe test has been concluded, the contractor must pressure test the secondary containment piping at the air pressure required by the local inspector. 7.3 After Backfilling After backfilling, all underground primary lines shall be tested with a precision testing system by a third party independent testing company. 7.4 Tightness Certificate Upon completion of the test, the Contractor shall provide a "Certificate of Tightness" to the Owner prepared by the independent testing company. 8.0 Tank, Transition and Dispenser Sumps All Tank Sumps, Transition Sumps and or Dispenser Sumps shall be made of HDPE and manufactured or otherwise as recommended by Franklin Fueling Systems. 9.0 Acceptable Manufacturer and Products: All pipe, fittings and specialty components for a complete fuel delivery system shall be as manufactured by Franklin Fueling Systems and branded as the UPP pipe system or an approved equal. END OF SECTION Lubbock South Fuel Renovation Fuel Piping Project #5587 15250 - 3 October 10, 2013 SECTION 16000 GENERAL REQUIREMENTS FOR ELECTRICAL WORK PART1 GENERAL 1.1 SECTION INCLUDES: The general requirements for electrical work. Detailed requirements for specific electrical items may be specified in other sections, but are subject to the general requirements of this section. 1.2 REFERENCES: A. NEC -latest version --National Electrical Code (NFPA 70). 1.3 SUBMITTALS: A. Provide submittals describing materials to be incorporated in the work. Provide submittals in accordance with Section 01300. Identify the submittals by the specified equipment number and specification section. B. Submit results of the testing specified in Article 3.8. 1.4 STORAGE OF MATERIALS AND EQUIPMENT: Materials and equipment shall be stored so as to protect the materials and equipment during storage. Equipment and materials to be located outdoors may be stored outdoors if protected against moisture condensation. Equipment shall be stored at least 6 inches above ground. Equipment and materials to be located indoors shall be stored indoors. 1.5 ELECTRICAL SERVICES: Contractor shall arrange and coordinate the installation of electrical service. Owner will directly pay electrical utility for the cost of electrical services. Contractor shall pay monthly electrical cost from time of service installation to date of Substantial Completion. 1.6 QUALITY ASSURANCE: A. All work shall meet the requirements of the NEC. B. Installation shall be supervised by an electrician licensed as a Master Electrician. C. Field work shall be under the continuous supervision of a licensed Journeyman of. Master Electrician. D. Licensing as a Master or Journeyman electrician shall mean to hold a current certification or license to that effect issued by an NEC -enforcing political subdivision (such as city or county) of Texas. Submit copies of current licenses or certificates for persons employed on the work. Notify Engineer and remove from the work (within 10 days) any persons for whom a license or certificate is suspended, revoked, or is otherwise rendered void by the issuing agency. For persons holding licenses or certificates in multiple jurisdictions, the voiding or suspension, or similar action in any of the jurisdictions in which licensing is held shall trigger the described notification and removal from the work. Lubbock South Fuel Renovation General Requirements for Electrical Work L Project #5587 16000-1 October 10, 2013 r PART PRODUCTS 2.1 COATING SYSTEM: A. GENERAL: Electrical equipment shall be factory painted by the manufacturer as specified. B. FINISH: Equipment shall be treated with zinc phosphate, bonderized, or otherwise given a rust -preventative treatment. Equipment shall be factory -primed, painted with enamel, and baked. Minimum dry film thickness shall be 3 mils. C. COLOR: Exterior color shall be ASA #61, gray. Interior shall be painted white. Nonmetallic electrical enclosures and equipment shall be the manufacturer's standard gray or beige color. D. FIELD PAINTING: Electrical equipment except NEMA 4X enclosures shall be field painted in accordance with Specification Division 9. All PVC outdoors or exposed to sunlight shall be painted as specified. E. NAMEPLATES: Where specified, nameplates shall be made by engraving laminated phenolic plastic. The nominal size of the nameplates shall be 3/4 inch high by 2 inches long. Nameplates shall be black backgrounds with 3/16-inch white letters from core color. If abbreviations are required because of space limitations, abbreviations shall be submitted. F. TERMINAL BLOCKS: Unless otherwise specified, terminal blocks shall be screw terminal, heavy duty, rated at 600V AC. Minimum capacity for control service is 5 amps. Terminals shall be provided with integral marking strips which shall be permanently identified as shown on the shop drawings or if necessary for troubleshooting or installation. 2.2 CONDUITS, FITTINGS, AND SUPPORTS: A. RIGID STEEL CONDUIT: Rigid steel conduit shall comply with ANSI C80.1 with smooth finished surfaces. Conduit shall be hot -dipped galvanized. B. ELECTRICAL METALLIC TUBING (EMT): Electrical metallic tubing shall be electrogalvanized and shall be ANSI C80.3. EMT fittings shall be compression type. C. RIGID PVC CONDUIT: Rigid nonmetallic conduit shall be NEMA TC2, type EPA-40-PVC high impact, Lubbock South Fuel Renovation General Requirements for Electrical Work Project #5587 16000-2 October 10, 2013 polyvinylchloride (PVC). Fittings used with PVC conduit shall be PVC solvent -weld type. Nonmetallic conduits shall be UL listed for their respective applications. D. LIQUIDTIGHT FLEXIBLE STEEL CONDUIT (FLEX): Liquidtight flexible steel conduit shall be formed from spirally wound galvanized steel strip with successive convolutions securely interlocked and jacketed with liquidtight plastic cover. Minimum size shall be 3/8-inch. Fittings for liquidtight conduit shall have cadmium -plated malleable iron body and gland nut with cast -in lug, brass grounding ferrule threaded to engage conduit spiral, and insulated throat. E. CONDUIT SUPPORTS: Hot -dip galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one -hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. F. CEILING HANGERS: Ceiling hangers shall be adjustable, galvanized carbon steel rod hangers as specified. Straps or hangers of plumber's perforated tape are not acceptable. Unless otherwise specified, hanger rods shall be 3/8-inch all -thread rod. 2.3 MISCELLANEOUS METAL: Miscellaneous metal installed in conjunction with electrical or instrumentation work shall be hot -dipped galvanized steel or aluminum. Painted steel is not acceptable. Materials included in this specification group includes, but is not limited to bars, rods, sheet, plate, channel, or other metal shapes used to, or incorporated in support frames, brackets, mounting plates, etc. Steel parts shall be hot -dipped galvanized after fabrication. Pre -galvanized material used for fabrication shall have all nicks, dings, or other imperfections in the coating repaired. No welding is allowed on pregalvanized materials. If fabrications require welding after galvanizing, regalvanize the parts after welding. Bolts, nuts, screws, washers, or similar ancillary materials used shall be 316 stainless steel or carbon' steel with galvanized or cadmium -plated finish. 2.4 CONDUCTORS: Conductors for control and power shall be type THW with copper conductors unless noted otherwise. Power conductors shall have the following colors for the indicated voltage: 480V 208V 120V Phase A Brown Black Black Phase B Orange Red Phase C _ Yellow Blue Ground Green Green Green Neutral White White White Power conductors shall be minimum 12 AWG and control conductors shall be minimum 16 AWG, both unless otherwise shown. 2.5 GROUNDING COMPONENTS: Lubbock South Fuel Renovation General Requirements for Electrical Work Project #5587 16000-3 October 10, 2013 - Unless otherwise shown, provide a grounding system consisting of a copper -plated ground rod and metallic conductor connecting the ground rod and all non -energized metal parts of the electrical components, or other metal objects that may become energized. Ground rod shall be minimum 5/8-inch diameter copper plated steel, 8 feet long. Grounding conductors shall be bare (solid) or insulated (stranded). Insulation shall be green in color. Minimum grounding conductor size shall be as follows unless shown otherwise or required by NEC. Ground rod to entrance equipment Same size as feeder conductors Feeder circuits and 480 volt power circuits Same size as power conductors Lighting, receptacle runs, etc. 12 AWG 2.6 QUALITY CONTROL: All work shall be furnished, installed, and connected in accordance with the NEC. PART 3 EXECUTION 3.1 GENERAL: A. Unless otherwise detailed or dimensioned, electrical layout drawings are diagrammatic. The Contractor shall coordinate the location of electrical material or equipment with the work. Minor changes in location of electrical material or equipment shall be made at no cost to the Owner. The work under Division 16 shall be performed in accordance with NEC and with these specifications. B. Electrical equipment shall be protected from dust and damage. Before final acceptance, the Contractor shall neatly touch up any scratches on equipment with identical color paint. 3.2 RACEWAY INSTALLATION: Use the following raceway materials for raceways in the identified applications. A. Rigid PVC: Buried Raceways. B. Rigid Steel: Outdoors, Indoors within 7'-0" from floor. C. EMT: Indoors over 7'-0" from floor and indoors concealed. D. Flex: Provide a length of liquidtight flex conduit between fixed rigid conduit and connected equipment such as motors, instruments, or switching devices. Liquidtight section shall be longer than 12 inches and shorter than 42 inches. Flex not required for indoor lighting fixtures or devices. 3.3 PHASE CONNECTIONS: Phase connections for equipment shall be A, B, C, counting from front to back, top to bottom, and left to right as viewed from the operating mechanism side. Three-phase, 480-volt circuit and conductors shall be color -coded per Paragraph 2.6. 3.4 GROUNDING: Lubbock South Fuel Renovation Project #5587 16000-4 [_ General Requirements for Electrical Work October 10, 2013 A. Provide service neutral and equipment grounding in accordance with NEC and as specified or shown. B. Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit, a combined service, and equipment grounding conductor without joints or splices to the grounding grid as shown. Connect ground to all metal objects within facility. C. Assure the electrical continuity of all metallic raceway systems pulling up all conduits and/or locknuts wrench -tight. When expansion joints or telescoping joints occur, provide bonding jumper. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each conduit. D. Provide a separate, green -insulated copper ground conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the raceway with the related phases and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in panelboards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC. 3.5 UNDERGROUND PLASTIC CONDUIT INSTALLATION: A. Install at least 30 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduits before joining. B. Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale, or other approved material free from large clods of each or stone, deposited in thoroughly and carefully compacted 6-inch layers. Settling the backfill with water will be permissible and will be required when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compacting the refill, mount over, and smooth off. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to density of not less than 95% Standard Proctor in such a manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing valve and permit paving of the area immediately after backfilling is completed. 3.6 ELECTRICAL SERVICES: NA A. Owner will pay electrical utilities for installation of electrical services. B. Contractor shall coordinate with electrical utility for service installation. Lubbock South Fuel Renovation General Requirements for Electrical Work Project #5587 16000-5 October 10, 2013 J C. Electrical utility is LP&L. 3.7 TELEPHONE SERVICE: NA Contractor shall arrange and coordinate installation of telephone service to site(s) as indicated. Owner will pay telephone utility directly for telephone installation. 3.8 TESTING: A. GENERAL: 1. Prior to energizing the electrical circuits, the following tests shall be performed. Verify electrical conductors not grounded, energize and check voltages at circuit breaker panel and verify voltage at each circuit and to each lightloutlet. B. INSULATION RESISTANCE MEASUREMENTS: NA 1. Test all energized electrical components including conductors for circuits 120V volts and higher. Conductors and devices with less than 5 megohms resistance to ground or between conductors or phases shall be removed and replaced. All conductors in a raceway shall be removed if a conductor in that raceway fails the insulation resistance test. The conductors shall not be reused. C. MOTOR TESTS: NA 1. All motors shall have their insulation resistance measured before they are connected. Insulation resistance values less than 10 megohms are not acceptable. Verify that motors are connected to rotate in the correct direction. Verification may be accomplished by momentarily energizing the motor, provided the Contractor confirms that neither the motor nor the driven equipment will be damaged by reverse operation. Measure the full load current on each phase with the motor running at maximum operating load. D. FUNCTIONAL CHECKOUT: 1. Protective devices shall be adjusted and operative during the testing period. Prior to start-up of each piece of equipment or system, the Contractor shall perform a functional checkout on control circuits. The checkout shall consist of energizing each control circuit and operating each control, alarm, or malfunction device, and each interlock in turn to verify that the specified action occurs. This may be performed with the motor connected or disconnected. Providing that no harm will be done to the equipment. END OF SECTION Lubbock South Fuel Renovation General Requirements for Electrical Work Project #5587 16000-6 October 10, 2013 SECTION 16115 UNDERGROUND ELECTRICAL DUCT AND CONDUIT PART1 GENERAL 1.1 SECTION INCLUDES: A. Underground electrical duct and direct burial conduit, together with all other accessories required. 1.2 SUBMITTALS: A. Submit manufacturer's data on all materials, under provisions of Section 01300. PART PRODUCTS 2.1 UNDERGROUND DUCTS: A. Plastic electrical conduits and fittings shall be in accordance with the requirements of Western Underground Model Specification No. 3.1., PLASTIC CONDUIT AND FITTINGS. Conduits shall be type EB for encased burial. Material shall be virgin polyvinyl chloride (PVC). Conduits shall be Carlon or equivalent. 2.2 CONDUITS: A. Underground Plastic Conduit: Type 40, heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or equivalent. B. Rigid Steel Conduit: As specified under Raceways and Fittings, Section 16000. 2.3 PULL BOXES: A. Precast Concrete Pull Boxes: Use precast concrete pull boxes for in -ground pull boxes. Pull boxes minimum size 17 inches x 30 inches, or as shown. Provide extension rings as necessary. Provide bolted steel traffic cover in traffic areas. Provide bolted concrete cover in other areas. Cover shall have the word "Electrical' emblazoned thereon in minimum 2-inch high letters. Pull boxes shall be Brooks No. 66 or equivalent. PART 3 EXECUTION 3.1 GENERAL: A. After the affected electrical work has been installed, tested, and approved, backfill all excavations with suitable material. Include the cutting of all sidewalks, streets, and other pavement and repairing the openings in them to return the surface to approximately its original condition. 3.2 EXCAVATIONS: A. Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. Lubbock South Fuel Renovation Underground Electrical Duct and Conduit Project #5587 16115-1 October 10, 2013 B. During excavation, stockpile material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill, or waste as directed. Control grading to prevent surface water from flowing into excavations and remove any accumulated water by pumping. C. Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible. D. Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. E. Except at locations where excavation of rock from the bottoms of trenches is required, take care not to excavate below the depths required. Where rock excavation is required, remove the rock to a minimum overdepth of 4 inches below the trench depths specified. Backfill the overdepth rock excavation and excess trench excavation to the proper level with 3/4-inch crushed rock or the equivalent in coarse gravel prior to the installation of conduit or ducts. Whenever wet or otherwise unstable soil that is incapable of properly supporting conduits or ducts is encountered in the trench bottom, remove such soil to a depth required and backfill the trench to trench bottom grade with 3/4 inch crushed rock or coarse gravel or other suitable material. F. Buried conduits or raceways shall have a minimum cover of 24 inches unless otherwise specified or shown. 3.3 BACKFILLING: A. Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale or other approved material free from large clods of earth or stone, deposited in thoroughly and carefully compacted 6-inch layers. Do not use blasted rock, broken concrete or pavement, or large boulders as backfill material. Settling the backfill with water will be permissible and will be required when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction the refill, mound over and smooth off. B. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less than 95 percent Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing valve and permit paving of the area immediately after backfilling is completed. Along all other portions of the trenches, grade the ground to a reasonable uniformity and leave the mounding over the trenches in a uniform and neat condition. 3.4 OPENING AND CLOSING PAVEMENT: NA A. Where excavation requires the opening of existing walks, streets, drives or other existing pavement, including "black topping", cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed and the excavation has been backfilled, patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly blend with them. 3.5 UNDERGROUND DUCT INSTALLATION: NA Lubbock South Fuel Renovation Underground Electrical Duct and Conduit Project #t5587 16115-2 October 10, 2013 A. Use plastic electrical ducts, installed with concrete encasement, with a minimum of 3" of concrete between ducts and earth, and with 2 inches of concrete between adjacent ducts. Concrete shall contain a red dye additive to give distinctive red color when concrete is cured. Provide at least 30 inches of cover from top of concrete encasement to finished grade. Install with uniform slope for drainage, with no low pockets to collect water. B. Build up duct banks completely in the trench before placing concrete, using factory - fabricated plastic conduit spaces in staggered spacings, and securing the entire assembly with heavy twine or cord to ensure rigidity during pouring. C. Do not use metal for this purpose. Assemble conduits with staggered adjacent couplings so that no two couplings will lie in the same transverse plane, in a vertical direction. Use solvent cement as directed by the duct manufacturer in making up all joints. D. Fabricate duct runs with standard factory -made fittings, elbows and accessories. Make all changes of direction, horizontal or vertical with long sweep bands having a minimum radius of 25 feet, except that manufactured bends at or near the ends of the runs may be used on short runs of 100 feet or less. Make long sweep bends j with one or more curved or straight sections of duct. Manufactured bends, where permitted, shall have a minimum radius of 10 times the nominal duct diameter. Where manufactured ducts of greater than a 30 degree angle are required, use rigid hot dipped galvanized steel conduit bends. During construction, protect partially completed duct lines from entrance of dirt and debris by means of suitable factory - made duct plugs. After completion of installation, seal all ends of spare ducts with factory -made duct plugs. - E. Where ducts enter in or under buildings, or turn up through equipment pads, change from plastic duct to rigid galvanized steel conduit below grade outside the structure, using suitable factory adapters. At the point of change of materials, extend the concrete envelope to enclose at least 2 feet of steel conduit. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. F. Install the concrete envelope for a given duct run in one pour where possible. Use concrete of 3000 psi compressive strength. In pouring concrete, do not allow heavy masses of concrete to fall on ducts. Direct flow of concrete downsides of assembly to bottom, forcing it to flow to center of bank and then to rise up in middle, filling all spaces uniformly. Spade concrete liberally and carefully with a long, flat slicing bar between vertical rows to eliminate voids. Weight or brace the duct bank assembly if necessary, to prevent the assembly from floating. Because of the fact that plastic conduits may expand considerably during construction, each run and its concrete envelope shall be installed starting at one end and processing toward the other with any necessary adjustments to length being made at the end toward which the work is progressing. G. After ducts are installed, complete with envelope, and before pulling any cable, pull a mandrel through every duct to check for alignment and clear passage. Use an iron - shod mandrel with a diameter of 1/4 inch less than the nominal size of the duct and a length equal to the duct diameter. Mandrel shall have a leather or rubber gasket slightly larger than the duct hole. After testing the ducts with the mandrel, pull a stiff - bristled brush through each duct until it is clear of all particles of earth, sand or gravel; then install duct plugs immediately. 3.6 UNDERGROUND PLASTIC CONDUIT INSTALLATION: I J Lubbock South Fuel Renovation Underground Electrical Duct and Conduit Project #5587 16115-3 October 10, 2013 , A. Install at least 24 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduits before joining. B. "Snake" plastic conduit in trench, from side to side, with a complete cycle every 40 feet to allow for expansion and contraction. Maintain this configuration during backfilling. C. Where conduit turns up out of earth, or floor slabs, change from plastic to rigid galvanized steel conduit below grade and outside of such structures. Do not extend any plastic conduit above grade. Make similar change from plastic to rigid galvanized steel conduit at connections to underground pull orjunction boxes. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. 3.7 UNDERGROUND STEEL CONDUIT INSTALLATION: NA A. All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 3M Company 0.020 inch thick No. 51 "scotchrap" vinyl plastic tape, half lapped to give double thickness wrap. Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If conduit is pre - wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints. 3.8 PULL BOX INSTALLATION: NA A. Install pull boxes in concrete pad with 4" minimum concrete on all sides of pull box. Set top of pull box flush with grade. Do not install pull box in low area where water may stand. B. Provide risers or extensions to pull boxes to maintain minimum cover over conduits or raceways entering box. END OF SECTION Lubbock South Fuel Renovation Underground Electrical Duct and Conduit r , Project #5587 16115-4 October 10, 2013 L� SECTION 16120 CONDUCTORS PART1 GENERAL 1.1 SECTION INCLUDES: A. Conductors, together with all splices, connections, and identification, including pulling devices. 1.2 SUBMITTALS: A. Submit manufacturer's data on all materials, under provisions of Section 01300. PART PRODUCTS 2.1 CONDUCTORS (600 VOLTS AND UNDER): A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. B. Insulation: Branch circuits shall have type TW, THW, THHN or THWN insulation unless the type is specifically designated or specified. Service feeders shall be type THW or THWN. Feeder circuits shall be Type THW or THWN. C. Circuits Subjected to High Temperatures: Type THHN or THWN conductors for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. D. Lighting Fixture Conductors: Type and size approved by the NEC for the purpose. 2.2 JOINTS AND SPLICES: A. Standard Copper Conductors: UL approved soiderless bolted pressure connectors or Thomas and Betts Series 54000 compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlock", Ideal, T & B "Piggy," or approved equivalent. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 2.3 COLOR CODING: A. Use standardized color -coding of conductors throughout. All color coding shall be continuous for the entire length of the conductors, and shall be permanent and readily distinguished after installation. In cases where they specified colors of insulated wire and cable are unavailable, such conductors shall be color -coded, as specified above, by means of Brady, or plastic tape at all pull boxes, support boxes, outlet boxes, panelboards, and other terminal and splicing points. Heat shrink sleeves for tight fit. Lubbock South Fuel Renovation Conductors Project #5587 16120-1 October 10, 2013 i � _1 B. Neutral conductors shall be white or natural gray. Grounding conductors shall be green or green with one or more yellow stripes. C. Phase conductors shall be black, red and blue for phases A, B, and C respectively in the 208 volt system. D. Phase conductors shall be yellow, brown and orange for phases A, B, and C respectively in the 480 volt system. PART 3 EXECUTION 3.1 CONTINUITY: A. All conductors shall be continuous between points of termination. B. Splices between points of termination are not acceptable unless specifically approved. C. Splices in boxes permissible in 120-volt lighting and receptacle circuits only. 3.2 WIRE PULLING: A. Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. Grips and pulling eyes shall be Kellems or equivalent. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. B. Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. C. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds. 3.3 WIRE INSTALLATION (600 VOLTS AND UNDER): A. Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. B. Branch Circuits: Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit. This provision shall not prohibit the installation in a single conduit of all conductors of a circuit with three and four- way switching. Lubbock South Fuel Renovation Conductors Project #5587 16120-2 October 10, 2013 C. Sizes: No wire shall be smaller than No. 12 except for single or control circuits, and except for individual lighting fixture taps as permitted by the National Electrical Code. D. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled otherwise. E. Home runs on 120 volt, 20 ampere Lighting Branch lighting outlet exceeding 75 feet, use No. 10 conductors; otherwise use No. 12 conductors. Power and Lighting circuits of different system voltages (eg. 208Y/120 and 480Y/ 277 volts) shall not occupy the same conduit. F. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with Okonite rubber tape, and Mason friction tape to make the insulation of the joint or splice equal to that of the conductor. In lieu of this, 3M Company's "Scotch" No. 33 vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp comers and voids being first protected by application of "Scotchfil" insulating putty. G. Conductor splices in wet locations or in -ground pull boxes shall be made in accordance with the conductor manufacturer's recommendations with an epoxy encapsulating splicing system. H. IdentityTags: Non-ferrous; stamped to clearly identify each circuit. Securelyfasten tags to all cables, feeders and power circuits in pull boxes, lighting, power and distribution panelboards, etc. I. Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like using marlin twine lacing or nylon straps made for the purpose. Bundle conductors largerthan No. 10 in individual circuits. Bundle smaller conductors in largergroups. Straps shall be Panduit, Thomas and Betts, or equivalent. END OF SECTION Lubbock South Fuel Renovation Conductors Project #5587 16120-3 October 10, 2013 SECTION 16195 ELECTRICAL IDENTIFICATION PART1 GENERAL 1.1 SECTION INCLUDES: A. This Section specifies furnishing and installing identification signs on all electrical devices. PART PRODUCTS 2.1 NAMEPLATES: A. Identify electrical equipment by attaching engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least 1/4" high, appropriately spaced. Nomenclature on the label shall include the name of the item or equipment served utilizing the equipment names shown on the drawings. PART 3 EXECUTION 3.1 EQUIPMENT: A. Install nameplates on electrical equipment. Equipment to be labeled shall include but not be limited to the following: 1. Switchboards. 2. Panelboards. 3. Motor control centers. 4. Dry -type transformers. 5. Main switches. 3.2 CONTROL DEVICES: A. Label all electrical control devices to indicate the device served. Label electrical control devices regardless of proximity to the equipment served. Electrical control devices to be labeled shall include but not be limited to the following. 1. Contactors. 2. Motor starters. 3. Relays. 4. Disconnect switches. 5. Timeclocks. Lubbock South Fuel Renovation Project #5587 16195-1 Electrical Identification October 10, 2013 3.3 ATTACHMENT: A. Nameplates shall be attached to devices with screws or adhesive. Adhesive shall be waterproof, ultraviolet light and heat resisting up to 250 degrees Fahrenheit. END OF SECTION Lubbock South Fuel Renovation Electrical Identification Project #6587 16195-2 October 10, 2013 SECTION 16450 GROUNDING PART1 GENERAL 1.1 SECTION INCLUDES: A. Grounding systems as specified and in accordance with the National Electrical Code. 1.2 SUBMITTALS: A. Submit manufacturer's data on all products, under provisions of Section 01300. PART PRODUCTS 2.1 MATERIALS: A. Products for grounding systems are specified elsewhere. PART 3 EXECUTION 3.1 SERVICE AND EQUIPMENT GROUNDING: A. Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements. B. Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding conductor without joints or splices to the grounding grid as shown. Grounding grid should be constructed of 10 feet long by 3/4 inch diameter copperclad steel ground rods as shown. Connect ground to building/facility water piping. C. Size grounding conductors in accordance with National Electrical Code Tables 250- 94 and 250-95, or as shown. D. The building structural steel frame shall be grounded to the building service grounding electrode, using the conductor size specified in National Electrical Code Section 250-94(a). 3.2 GROUNDING RACEWAYS: A. Assure the electrical continuity of all metallic raceways systems, pulling up all conduits and/or locknuts wrench tight. Where expansion joints or telescoping joints occur, provide bonding jumpers. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each conduit. B. Provide grounding bushings on all service and feeder raceways terminating within switchboards, motor control centers, panel boards, cabinets, and all other enclosures. Provide grounding conductors from such bushings to the frame of the enclosure and to the ground bus or equipment grounding strap. Size grounding conductors in accordance with NEC Table 250-95. Lubbock South Fuel Renovation Grounding Project #5587 16450-1 October 10, 2013 __ 3.3 EQUIPMENT GROUNDING CONDUCTORS: A. Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in panel boards, and to ground buses in service equipment to the end that there will be an uninten upted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC Table 250-95. 3.4 GROUNDING DRY TYPE TRANSFORMERS: A. Ground the secondary neutral point and the housing of each dry -type transformer. Connect these items together within the transformer housing and run a common grounding conductor from their point of connection to a point of grounding. The grounding electrode shall be in order of preference: 1. The nearest available effectively grounded structural metal member of the building; or 2. Other electrodes as specified in National Electrical Code Section 250-82 and 250-83 where the above described electrodes are not available. END OF SECTION Lubbock South Fuel Renovation Grounding Project #5587 16450-2 October 10, 2013 SECTION 16475 OVERCURRENT PROTECTIVE DEVICES PART GENERAL 1.1 SECTION INCLUDES: A. Over current protective devices including fuses and circuit breakers. 1.2 SUBMITTALS: A. Provide complete catalog data and drawings on all items of equipment, under provisions of Section 01300. Include all submittal data in the Operation and Maintenance Manuals. PART 2 PRODUCTS 2.1 FUSES: A. Furnish and install all fuses necessary for leaving the installation complete and in working order, including a complete set of fuses in each spare switch. B. Upon completion of the work, provide a standard carton (but not less than 3 fuses where a carton does not contain as many as 3) of each size of each type of fuse used. These spare fuses are in addition to fuses in spare switches and replacement fuses blown during construction and testing. C. Place a fuse identification label, showing type and size of the required fuses, inside the door of each enclosure requiring fuses. D. Fuses shall conform to the latest NEMA Standards, and shall be UL listed and labeled (except as noted otherwise). They shall conform to the UL classes listed hereinafter. Voltage ratings shall be suitable for the systems to which the fuses are applied. E. Fuses shall be shipped to the job in boxes, and shall not be installed in any equipment until the installation is complete and final tests have been made prior to energizing the equipment. F. Where the spacing of fuse clips in equipment is greater than required by the proper size of fuse, use suitable fuse reducers to fit the fuses. G. Fuses shall be of the classes and types listed below, the type designation referring to those indicated on the plans. H. Type LP: Class RK-1; Bussmann Type LPN or LPS "Low Peak." Fuses shall be available in ratings 0-600 amperes, shall be current limiting dual element with time delay, and shall have interrupting rating of 200,000 RMS symmetrical amperes. Fuses shall be equipped with slotted blades, and switch fuse clips shall be provided with matching NEC fuse rejection. ..£Y 2.2 CIRCUIT BREAKERS: A. 120 Volt Molded Case Circuit Breakers: One, two and three pole, thermal magnetic, bolt -on UL listed. Two and three pole circuit breakers with common trip and single Lubbock South Fuel Renovation Overcurrent Protective Devices Project #5587 16475-1 October 10, 2013 _3 operating handle. UL listed for switching duty, 15 and 20 ampere single pole. UL listed as HCAR type,15-60 ampere, one, two and three pole. Operating mechanism shall be over center, trip free, toggle mechanism with quick -make, quick -break action with positive handle indication. Thermal -magnetic trip element calibrated for 40 deg. C ambient temperature. Termination for 10-30 ampere breakers shall be UL listed for use with 60 deg. C or 75 deg. C conductors. Terminations for 35-100 ampere breakers shall be UL listed for use with 75 deg. C conductors. Circuit breakers serving HID lighting circuits shall be specifically designed for HID circuits. Accessories shall be provided as shown. Interrupting rating shall be 10,000 amps symmetrical or as shown. B. Molded Case Circuit Breakers for Voltage >120 Volts: Molded case circuit breakers for voltage greater than 120 volts shall be similar to those specified in paragraph A, except for the following interrupting ratings: Interrupting rating Voltage amps symmetrical >120, 5240 10,000 >240 22,000 PART 3 EXECUTION Not used END OF SECTION Lubbock South Fuel Renovation Overcurrent Protective Devices Project #5587 16475-2 October 10, 2013 SECTION 16500 LIGHTING PART1 GENERAL 1.1 SECTION INCLUDES: A. Lighting fixtures and systems for a complete and operable system. 1.2 SUBMITTALS: A. Submit for review manufacturer's catalog data and drawings on all interior and exterior lighting fixtures with separate sheet for each fixture, assembled by Luminaire "Type" in alphabetical order, with the proposed fixture and accessories clearly labeled. Ballast and lamp data shall accompany fixture submittals. Submit dimensioned drawings and performance data including coefficients of utilization, candela distribution, spacing to mounting height ratio, efficiency and visual comfort probability. Submit under provisions of Section 01300. 1.3 SUBSTITUTIONS: A. Where a lighting fixture has been scheduled by manufacturer's name and catalog number, it has been done in order to establish a standard. Any substitution to the scheduled lighting fixture shall be of equal or better quality. No substitution shall be made without the review of the Engineer, who will be the sole judge of equality. It is the Contractor's responsibility to submit sufficient data for review by the Engineer. Should a substitution be unacceptable to the Engineer, the Contractor shall provide the originally specified lighting fixture. Approval for lighting fixture substitution will not be given prior to the bid opening. PART PRODUCTS 2.1 LIGHTING FIXTURES: A. Provide and install a lighting fixture on each lighting outlet shown. Furnish fixtures in accordance with the designation on the drawings and as specified. Should any designations be omitted on the drawings, furnish fixtures of the same type as used in rooms of similar usage. All features specified or scheduled for fixtures shall be provided, even if the catalog number given in the specifications or schedule lacks the required numerals, prefixes, or suffixes corresponding to the features identified. 2.2 FIXTURES: A. All lighting fixtures shall bear the label of Underwriters' Laboratories, Inc. Furnish scale drawings, catalog data, samples of finish, distribution curves, and any other data requested by the Engineer for each type fixture. 2.3 ENERGY SAVING BALLASTS: A. All 2 lamp, 40 watt, rapid start ballasts installed in an interior space where the ambient temperature is 60 degrees F or higher shall be General Electric "Watt- --a Miser," or Advance Mark III, or equivalent energy saving ballast. The ballast shall be high power factor, UL labeled, Class P with automatic reset features and "A" sound rating. Lubbock South Fuel Renovation Lighting Project #5587 16500-1 October 10, 2013 5 2.4 LENSES: A. Wherever acrylic lenses are specified or noted, the material used shall be virgin acrylic with a minimum nominal thickness of 0.125 inches. 2.5 LAMPS: A. Fully equip each fixture with a full set of new lamps at the completion and acceptance of the work; lamps shall be of the best grade, and of the sizes and types specified; General Electric, Phillips or Sylvania. 2.6 INCANDESCENT LAMPS: A. Inside frosted unless specified or recommended otherwise by the fixture manufacturer. 2.7 FLUORESCENT LAMPS: A. Reduced wattage type General Electric Watt -Miser Cool White, or Oshram Sylvania. PART 3 EXECUTION 3.1 INTERIOR FIXTURES INSTALLATION: A. Outlet box locations shown for fluorescent fixtures are diagrammatic. Locate boxes to coincide with stem hangers where such occur. Fixtures shall be level, square with the general construction and securely attached. 3.2 LAY -IN TYPE FIXTURES: A. Refer to the ceiling installer's layout for exact location. Center the fixture in ceiling grids. Wire the fixtures using concealed outlet boxes accessible through ceiling panels. Install conductors in flexible metallic conduit from box to fixture. Fixtures shall be securely fastened to the ceiling framing member by the use of four UL listed clips. 3.3 FIXTURES IN PLASTER CEILINGS: A. Provide a suitable plastic ring or frame for each fixture recessed in a plaster ceiling. 3.4 SURFACE MOUNTED FIXTURES: A. Fixtures shall be installed flush with the ceilings. Where fixtures are mounted to an exposed grid ceiling, the fixtures may be clipped to the ceiling grid provided the attachment holds the fixture flush, level, and secure. Where they cannot be centered on a grid, install a structural member to span two tees and attach the fixture to the structural member. B. Where fixtures are installed in a continuous row, the row shall be straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall be visible. END OF SECTION Lubbock South Fuel Renovation Lighting Project #5587 16500-2 October 10, 2013 SECTION 16620 NATURAL GAS ENGINE GENERATOR SYSTEM PART1 GENERAL 1.1 SECTION INCLUDES: A. One complete and operable standby electric generating system, including devices and equipment specified and shown. Equipment shall be new, factory -tested, and delivered ready for installation. If necessary, standard equipment or systems shall be modified to provide the specified features. 1.2 ALTERNATES: A. Proposed substitutions shall include complete submittal data, as specified and clearly denoting any and all deviations or exceptions to the equipment specified. B. If approved, the Supplier is responsible for the costs of all necessary revisions. 1.3 SUBMITTALS: A. Submit in accordance with Section 01300. B. Submit the following: 1. Specification and data sheets. 2. Manufacturer=s certification of prototype testing. 3. Manufacturer=s published warranty documents. 4. Shop Drawings showing plan and elevation views with certified overall and interconnection point dimensions. 5. Interconnection Wring diagrams showing external connections required; with field wiring terminals marked in a consistent point-to-point manner. 6. Manufacturer=s installation instructions. 7. Operation and maintenance materials for the overall system as well as all individual components. t 1.4 WARRANTY: A. Provide warranty directly to the Owner for standby power generator system against defects in materials and workmanship, for one-year period from the start-up date and per the manufacturer=s Base Coverage Limited Warranty. Warranty shall include I labor. B. Provide the supplier=s name, address, and phone number to Owner. Suppliershall have 24-hour availability and factory -trained service technicians authorized to do warranty service on all warrantable products. 1.5 QUALITY ASSURANCE: Lubbock South Fuel Renovation Natural Gas Engine Generator System Project #5587 16620-1 October 10, 2013 �.a A. Provide initial start-up services, conduct field acceptance testing, and warranty service. PART 2 PRODUCTS 2.1 MANUFACTURER: A. The single party identified for overall responsibility below shall assume full, single - party responsibility for the complete engine -generator -transfer switch system. This party shall provide all engineering, manufacturing, installation, checkout, maintenance, training, and other work necessary for a complete and operable system. B. Specific Suppliers: Engine Generator Overall Manufacturer Manufacturer Responsibility General Motors Kohler Kohler Power Systems Generac Generac Generac Approved Approved Approved Equivalent Equivalent Equivalent 2.2 RATINGS: A. Generator set rating: 1. 22 kW or larger, 0.8 pf. J 2. Standby rating. B. System voltage: 1. 120/240V 1 Phase AC. : 2. Three -wire. 3. 60 hertz. C. Site conditions: 1. Altitude: 3,000 ft. 2. Temperatures up to 115 degrees F (43 degrees C). 2.3 NATURAL GAS ENGINE -GENERATOR SET: A. Type: Outdoor -housed e, 4-cycle, 1800__8 yp type, y rpm, natural gas engine generator set with low reactance brushless generator, torque -matched excitation, 3-phase RMS sensing automatic voltage regulator, system (50 degrees C). Generator shall have overcurrent and overload inherent protection in accordance with NEC4454. Lubbock South Fuel Renovation Natural Gas Engine Generator System Project #5587 16620-2 October 10, 2013 €i It B. Performance: 1. Voltage regulation shall be V 0.5 percent for any constant load between no load and rated load. 2. Frequency regulation shall be isochronous from steady state no load to stated state rated load. 3. The engine -generator set shall be capable of single step load pick up of 100 percent nameplate kW and power factor, less applicable derating factors, with the engine -generator set at operating temperature. 4. Motor starting capability shall be a minimum of 515 kVA. The generator set shall be capable of sustaining a minimum of 90 percent of rated no-load voltage with specified kVA load at near zero power factor applied to the generator set. 5. Maximum transient voltage dip shall not exceed 6 percent and maximum frequency dip shall not exceed 2 percent, below rated, on application of the single largest surge load step. C. AC Generator: The AC generator shall be synchronous, four pole, revolving field, drip -proof construction, single prelubricated sealed bearing, air cooled by a direct ,. drive centrifugal blower fan, and directly connected to the engine with flexible drive disc(s). D. Insulation system components shall meet NEMA MG1 temperature limits for Class H insulation system. Actual temperature rise measured by resistance method at full load shall not exceed 125 degrees Centigrade. E. The generator shall be capable of delivering rated output (kVA) at rated frequency and power factor, at any voltage not more than 5 percent above or below rated voltage. F. A permanent magnet generator (PMG) shall provide excitation power for immunity from voltage distortion caused by non -linear loads. The PMG shall sustain excitation power for optimum motor starting and to sustain short circuit current at approximately 300 percent of rated current for not more than 10 seconds. G. The automatic voltage regulator shall be temperature -compensated, solid-state design. The voltage regulator shall be equipped with three-phase RMS sensing. The regulator shall control buildup of AC generator voltage to provide a linear rise and limit overshoot. The regulator shall include a torque -matching characteristic, which shall reduce output voltage in proportion to frequency below a threshold of 58- 59 HZ. The torque -matching characteristic shall use differential rate of frequency change compensation to use the maximum available engine torque and provide optimal transient load response. Regulators which use a straight-line fixed volts per hertz characteristic are not acceptable. H. Engine -Generator Set Control: The generator set control shall comply with the following requirements. 1. The generator set shall have a microprocessor -based control system as provided by the manufacturer. The system shall include all standard features and functions. Lubbock South Fuel Renovation Natural Gas Engine Generator System Project #5587 16620-3 October 10, 2013 7 J 2. The system shall be designed to provide automatic, starting, monitoring, and control functions for the generator set. The control system shall also be designed to allow local monitoring and control of the generator set, and remote monitoring and control as described in this Specification. The control shall be mounted on the generator set. When mounted on the generator set, the control shall be vibration -isolated and prototype -tested to verify the durability of all components in the system under the vibration conditions encountered. The control shall be UL508 labeled, CSA282- M1989 certified, and meet IEC8528 Part 4. All switches, lamps, and meters shall be oil -tight and dust -tight, and the enclosure door shall be gasketed. There shall be no exposed points in the control (with the door open) that operate in excess of 50 volts. The controls shall meet or exceed the requirements of Mil-Std 461C Part 9, and IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. The entire control shall be tested and meet the requirements of IEEE587 for voltage surge resistance. An electronic governor shall provide automatic frequency regulation adjustable from isochronous to 5 percent drop. The governor shall have provision for paralleling with the addition of load sharing controls. J. The engine shall be cooled by a frame -mounted close -loop radiator system rated for full load operation in 122 degrees F (50 degrees C) ambient as measured at the generator air inlet. Radiators shall be provided with a duct adaptor flange. The cooling system shall be filled with 50/50 ethylene glycol/water mixture by the equipment supplier. Rotating parts shall be guarded against accidental contact in accordance with regulations. K. Engine Accessory Equipment: The engine -generator set shall include the engine accessories as follows: 1. An electric starter(s) capable of three complete cranking cycles without overheating, before overcrank shutdown (75) seconds. 2. Positive displacement, mechanical, full pressure, lubrication oil pump. Full flow lubrication oil filters with replaceable spin -on canister elements and dipstick oil level indicator. 3. Replaceable dry element air cleaner with restriction indicator. 4. Engine -mounted battery charging alternator, 45-ampere minimum, and solid-state voltage regulator. L. Base: The engine -generator set shall be mounted on a heavy duty steel base to maintain alignment between components. The base shall incorporate a battery tray with hold-down clamps within the rails. M. Housing: Housing shall be ventilated and weatherproof with adequate space provided for access to engine and for other servicing. Sufficient clearance shall be provided between the housing and the unit on both sides and generator end to prevent outside precipitation from getting on the instrument panels and generator during operation of the unit. Housing door shall have a lockset or shall have padlocking provisions. Lubbock South Fuel Renovation Natural Gas Engine Generator System Project #5587 16620-4 October 10, 2013