Loading...
HomeMy WebLinkAboutResolution - 2011-R0116 - Contract - Brown-Mckee Inc.- Storm Water Vault Improvements - 03_22_2011 (3)Resolution No. 2011—RO116 March 22, 2011 Item No, 5.9 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. 9981 for storm water vault improvements, by and between the City of Lubbock and Brown -McKee, Inc., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. 'Passed by the City Council on March 22, 2011 TOM MARTIN, MAYOR ATTEST: Rebecc Csarza, City Secretary I APPROVED AS TO CONTENT: Marsha Reed, P.E., Chief Opera ions Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Brown McKee, Inc. October 24, 2011 ADDENDUMS ISSUED This page intentionally left blank h", F ADDENDUM # 1 RFP-11-9981-DD STORM WATER VAULT IMPROVEMENTS DATE ISSUED: JANUARY 28, 2011 CLOSE DATE: FEBRUARY 15, 20H @ 3:00 PM The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Offerors must submit the REVISED PROPOSAL SUBMITTAL FORM, attached. 2. Time for substantial completion is CHANGED to TWO HUNDRED FORTY calendar da�►s. 3. In GENERAL CONDITIONS OF THE AGREEMENT, Section 28, INSURANCE, Paragraph C, Builder's Risk has been ADDED, 100% of the Total Contract Price. Offerors attention is invited to the following modifications: I. CHANGES TO PROJECT MANUAL: A. SECTION 00805 SUPPLEMENTARY GENERAL CONDITIONS 1. Offeror's attention is directed to SECTION 00805, SUPPLEMENTARY GENERAL CONDITIONS, ATTACHED. B. SECTION 01020 MEASUREMENT AND PAYMENT 1. Item 1.9: Installation of refrigerated auto samplers will be performed by City of Lubbock personnel. No work or payment will be made by the contractor for this line item. 2. Item 1.10: Removal, upgrade, and reinstallation of flow meters will be performed by City of Lubbock personnel. No work or payment will be made by the contractor for this line item. C. SECTION 01-100 SUMMARY OF WORK 1. Item 1.3.B.1.a.1 and 1.3.B.1.a.2: Removal and reinstallation of existing sampling equipment and flow meter will be performed by City of Lubbock personnel. 2. Item 1.3.B.1.b.1 and 1.3.B.1.b.2: Removal, upgrade, and reinstallation of existing sampling equipment and flow meter will be performed by City of Lubbock personnel. 3. Item 1.3.B.1.c.1 and 1.3.B.1.c.2: Removal and reinstallation of existing sampling equipment and flow meter will be performed by City of Lubbock personnel. RFP-11-9981-DDadl 4. Item 1.3.B.1.d.3: Removal, upgrade, and reinstallation of existing flow meter will be performed by City of Lubbock personnel. D. SECTION 01500 TEMPORARY FACILITIES AND CONTROLS 1. Item 3.4.B: Provision of a full-time security guard and security at each vault location will be at the contractor's discretion. The site enclosure fence will still be required where open excavation occurs. H. CHANGES TO DRAWINGS: A. SHEET C-101 1. The new vault location shown in Detail Al should be mirrored to the north side of the approximate pipe alignment, to fall over the footprint of the existing vault. 2. Note A: All equipment contained in the existing vault will be disconnected and removed by City of Lubbock personnel prior to demolition by the contractor. Coordinate with City representatives for timing of removal. 3. Note C: Existing flow meter will be removed from the existing vault, and purchased and installed in new vault by City of Lubbock personnel. A. SHEET C-102 & SHEET C-103 1. Note A: All equipment contained in the existing vault will be disconnected and removed by City of Lubbock personnel prior to demolition by the contractor. Coordinate with City representatives for timing of removal. 2. Note C: Existing flow meter will be removed from the existing vault, and purchased and installed in new vault by City of Lubbock personnel. A. SHEET C-104 & SHEET C-105 1. Note A: Removal, upgrade, and reinstallation of existing flow meter will be conducted by City of Lubbock personnel. 2. Note B: City of Lubbock personnel will remove old SCADA equipment if necessary. All requests for additional information or clarification mbsmdwdrecdoteuei Darlene Doss, Buyer, Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss _xnylubbock.us THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's , responsibility to advise the City of Lubbock Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a sinele source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. M **REVISED** PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: RFP: 11-9981-DD - STORM WATER VAULT IMPROVEMENTS Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of STORM WATER VAULT IMPROVEMENTS, 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. BASE PROPOSAL: ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Project Mobilization LS 1 $ $ 2 Demolish Concrete Vaults and Sample Tubes EA 3 3 Storm Water Sampling Vault, Location A EA 1 4 Storm Water Sampling Vault, Location B EA 1 5 Storm Water Sampling Vault, Location C EA 1 6 Electrical Equipment and Install cult A, B, C) EA T 3 TOTAL BASE PROPOSAL, ITEMS #1- #6: $ (in case of a discrepancy between the Unit Price and the extended total for a proposal item, the unit price Will be taken) ADDITIVE ALTERNATE 1: ITEM NO. DESCRIPTION UNIT ESTIMATE QUANTIFall-Through UNIT PRICE EXTENDED AMOUNT Safety Grate $ $ Al-1 (Vault A, B, C, D, E EA 5 A1-2 Concrete Stepping Block EA 4 (Vault A, B, C, E Exterior Safety Handrail A1-3 cult A, B, C, D EA 4 TOTAL ADDITIVE ALTERNATE 1, ITEMS #A1-1- #A1-3: $ (in case of a discrepancy between the unit Price and me extended total for a proposal item, the unit price will be taken) l' V" ADDITIVE ALTERNATE 2: ITEM NO. DESCRIPTION UNIT ESTM rf YDD QUANA2-1 UNIT PRICE EXTENDED AMOUNT SCADA Equipment and Install $ $ EA 5 cult A B C, D E A2-2 SCADA Consultant Coordination LS 1 TOTAL ADDITIVE ALTERNATE 2, ITEMS #A2-1- #A2-2: $ (In case of a discrepancy between the Unit Price and the extended total for a proposal item, the unit price will be taken) 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 (240) TWO HUNDRED FORTY CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $25 (TWENTY-FIVE) for each day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): The proposed number of calendar days to final completion. (Number followed by written): Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: Email: FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) This page intentionally left blank �3 SECTION 00805 SUPPLEMENTARY GENERAL CONDITIONS PART 1- GENERAL The following paragraphs identify and describe changes to specific paragraphs in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "21.OBSERVATION AND TESTING", add a fourth paragraph as follows: The Contractor shall pay all costs for pre -construction testing called for in the Technical Specifications and for all failing tests during construction. The Owner shall pay for all construction testing except for failed tests. The Contractor shall be billed directly for failed tests by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to pay for failed tests will result in a reduction of that amount from final payment. 1.1.2 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows: A. Add the following paragraph after the first paragraph: "All insurance, as hereafter specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer." B. The Engineer is to be named as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267309 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 1 01/11 a This page intentionally left blank ubliock RFP# 11-9981-DD, Addendum # 2 ADDENDUM # 2 RFP-11-9981-DD Storm Water Vault Improvements DATE ISSUED: February 11, 2011 CLOSE DATE: February 15, 2011 Q 3:00 PM The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Offeroes attention is invited to the following QUESTIONS and RESPONSES: OUEsTIom Can the City provide pictures of the interior of the vaults & the manhole monitoring line connections? I ask this due to the weather related cancellation of the Pre -Bid meeting, we were unable to view these parts of the project. ANSWER: Attached, you will find (19) nineteen photos of the Storm Water Vault's that show the existing conditions. OUESnON: Sheet C-502 shows a poured concrete floor with a floorless vault set on top of it. May we propose a floored vault on a lesser (thinner) concrete pad? What would be the required thickness of the pad in this instance? ANSWER: Submit proposal according to specific alternative to the specification may be evaluated during the review process. Ous'nm Could you please provide the difference in elevation for each location (A-C) between the finished grade and the bottom of the existing storm sewer? MSWEgi Flow line elevations of the storm sewer lines have not been surveyed for all locations in this project but the following information is available: Vault A -1st Place and Avenue J (Aztlan Park) -an exposed 78" dia. pipe = 6.5' to bottom Vault B-26th & Ivory -14' from top of ring to flow line -5'4" to top of pipe -6' to inside of top of pipe 11 RFP# 11-9981-DDad2 RFP# 11-9981-DD, Addendwn# 2 1r.3 __ Vault C-44th & MLK Information is not available. Storm sewer lines for Vault Locations A and B are located at a depth approximately equal to the depth of the existing vaults. All storm sewer lines will remain in service throughout construction of this project. Existing penetrations of storm sewer lines have been made near the top of the pipe. Contractor is to reuse existing penetrations for installation of new sampling tubes. UEsnom On the proposal form is a blank on Add Alternate 2 / A2-2 for SCADA Consultant coordination. Is this item to include the cost of your contract consultant, Wunderlich-Malec, or is it for some other reason? ANSWER: The line item has been included for the contractor to make necessary revisions to the SCADA system to accommodate this project, working with the city's contract consultant. The contact information is as follows: Stanton R. Slater, P.E., Wunderlich-Malec 2855 Trinity Square Drive, Suite 100 Carrollton, TX 75006 Office:469-574-2500 Direct:469-574-2511 Cell:469-853-1463 QUESTI Sheet C-502 Section A shows the carrier pipe installed at a right angle. May we install the carrier pipe at a downward angle from the vault to the bottom of the storm pipe (no sharp turns)? SWER• The intent is to insure that the carrier pipes, sampling lines and air lines enter the existing storm sewer pipe at a relatively flat grade and not have a bend at the point of entrance to the existing stone sewer pipe. Additionally, we must insure that the functionality of the tubing is not affected by this proposed approach. We recommend bidding as shown in the plans and offering this alternate installation in the proposal. This will be evaluated in the proposal review process. QUESTION: May we put the bubbler line and the sampler line in the same 21/2" carrier pipe (per Sheet C-502 / Detail D- 4, Note 3 regarding acceptable if Owner approves)? ANSWER: WEB Yes, it will be acceptable to use a single carrier pipe, as long as both of the required tubings will fit easily into the single carrier. In addition, use of the existing pipe penetrations is preferred in order to prevent additional holes in the existing storm sewer pipe. A single carrier pipe may make this more difficult depending on the location of the existing pipe tie-ins. . QUESTION: Sheet C-502 Section A: May weusea coiled pipe product (single piece) instead of Schedule 80 with glued joints? ANSWER: Bid the project as specified. If you think there is equal or better product, include the alternative in the proposal It will be evaluated in the proposal review process. We would also review altematives at the time of submittals during the course of the project. QUESTION: May we use safety netting instead of safety grating for the fall system required in each vault? ANSWER: Safety netting may be used in lieu of the safety grating specified for each vault. The netting shall be USF Fabrication Hatch Safety Net or approved equal. The clear opening dimensions for vault D are 29 inches by 61.75 inches; and the clear opening dimensions for vault E are 37 inches by 73.25 inches. RFP# 11-9981-DDad2 i, RFP# 11-9981-DD, Addendum # 2 ic+equ sfo edt ii<onai tr or tto or_cl00i c'tt07 must be j ed Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddossQwylubbock.ns. THANK YOU, CITY OF LUBBOCK Dade Dt" Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, r_gquirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP# 11-9981-DDad2 I This page intentionally left blank i lii, a _ T I TOO . r - own '3 � �a i WAS T t at�1 t _ �✓ f a43p' Or � k � 3 f MWO No Text No Text No Text _ k RT ioma yow" nj� ES R 1 y W-01 Gu� vim -s t x v y We "A Toy .ai v is,, Pon i x ,ua'�Wil mgm ?Oya'" .0 AWN fy 5, gp WAYS t 1, ate., Vault B-26th Street & Ivory Avenue :k? n •% R tt h kt t ; Fa 3k No Text Vault C-44th Street and MLK Blvd. Vault C-44th Street and MLK Blvd. lit AM (.1 Vault D-47th Street and Vanda Avenue Vault D-47th Street and Vanda Avenue No Text No Text Vault E-98th Street and Guava Avenue � \� \ \�� \� /� �� \ � � � n 02- n� ANT-, ������ /���\ r This page intentionally left blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 34. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11 SPECIAL CONDITIONS (if applicable) 12. SPECIFICATIONS This page intentionally left blank LI City of Lubbock, Texas Purchasing and Contract Management STORM WATER VAULT IMPROVEMENTS RFP-11-9981-DD CONTRACTOR IS CHECKLIST Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal 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 offeror binds himself on acceptance of his proposal 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 proposed item, the Unit Price will be taken. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. '� 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. 4. '� Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 5. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 6. Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 7. `� Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 8. ✓ Ensure your proposal is RECEIVED by the Purchasing Office prior to the deadline. Late proposals will not be accepted. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING 1. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. z FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. �r� i�1✓ /h �KC�, iri/ [� (Type or Print Company Name) 1' NOTICE TO OFFERORS , RFP-11-9981-DD 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, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. February 15, 2011 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "STORM WATER VAULT IMPROVEMENTS" 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 offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 3:00 P.M. February 15, 2011 and the City of Lubbock City Council will consider the proposals on March 24, 2011 at 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 offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTED BY THE CITY ATTORNEY AND MUST BE DATED THE SAME 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 offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each offeror's sole responsibility to inspect the site of the work and to inform himself 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 at 9:00 A.M. on February 1.2011, at City Hall. CM Proiect Room (2°d floor), 1625-13th Street. Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at httv://yr.therenrodictioncomnany.com/ ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the offeror's expense. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Director of Purchasing and Contract Management 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. F- - 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 Department at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Nat& Marta Alvarez Director of Purchasing and Contract Management This page intentionally left blank 9 GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive proposals to furnish STORM WATER VAULT IMPROVEMENTS per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 P.M. February 15, 2011 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP-11-9981-DD STORM WATER VAULT IMPROVEMENTS" 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 1.2 Offerors are responsible for making certain proposals are delivered to the Director of i Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 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 General Instructions to Offerors will be considered responsive and evaluated or award of a Contract. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. �- -, 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal meeting will be held at 9:00 A.M. on February 1, 2011, at City Hall, CM Project Room (2°d floor), 1625-13th Street. Lubbock, Texas. All persons attending the meeting are required to identify themselves and the prospective offeror they represent. 2_2 It is the offerors responsibility to attend the pre -proposal meetingugh 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_ 1__ 3 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 offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Office. At the request of the offeror, or in the event the Purchasing Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Director of Purchasing and Contract Management Office. Such addenda issued by the Purchasing 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 C, the City of Lubbock Purchasing Office no later than five (5) calendar days before the proposal closing date. ri 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 Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. f 1 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this RFP. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the RFP. 43 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 U no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 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 offeror. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(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 offeror 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 in the List of Subcontractors how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions of the Agreement. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 If is the mtent and purpose. `of the .fCity of Lubliook that this -request permits competitive proposals It sI►a11 be the offerors resnonsibihty to advise the L?irector of Ptlrlrasin and Contract Management ifs any language: requu�ments: etc., or: any combinations thereof, inadvertentty restricts or limits the requirements stated in this RFP to a` single 'source: Such notification ,must be , submitted..' in writing and must bd.received by, the City: Director of -Purchasing and .Contract. Management Office no later than seven (5) calendar days before the pioposal closing date : raY ew of such notificatiot�s:Willl be made.l2.25 NO ". OFFEROR SHALL REQUEST ANY. INFORMATION- VERBALLY.,. ALL It>✓QUESTSFOR ADDITIONAL Il�%'ORMATIt)l�t OR ;CLARIFICATION : CONCERNING THIS REQUEST EOtt PROPOSALS.-(RFP) .`_MUST BF� SUBMITTED IN WRITING NO EATER THAN SEVEN'. . CALENI)AR DAYS °PRIOR= TO TIRE PROPOSAL CLOSING DATE AND ADDRESSED-T_Q City of Lubbock Darlene Doss -Buyer 1625 13`s Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2168 Email: ddoss(a•mvlubbocLus Bidsync: www.bidsvnc.com 13 TRvlE AND ORDER FOR COMPLETION 13.1 The Work covered by the contract documents shall be completed within (180) ONE HUNDRED EIGHTY CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 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 the Owner's Representative's certification of final completion of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of 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 offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES 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 23 24 25 26 responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. CONTRACTOR'S REPRESENTATIVE The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 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 coverage's shall be submitted before contract execution. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. LABOR AND WORKING HOURS 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the Sunday 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 9 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. 1 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 offeror without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The offeror shall submit his proposal on forms furnished by the City and all blank spaces in the form shall be correctly filled in, stating the price in numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a proposal item, the unit price will be taken. A proposal that has been opened may not be changed for the purpose of correcting an error in the proposal 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 Offeror's name: Brown - McKee, Inc. 29.3.2 Proposal for Storm Water Vault Improvements. Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.4 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 31 BOUND COPY OF CONTRACT DOCUMENTS Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal Form. (d) Statutory Bonds (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 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. QUALIFICATIONS OF OFFERORS The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 1 t...1 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 271.116. The total _ maximum point value is equal to 100 points. 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 (60%) = Price Score 32.2 30% 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 30 points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the "Contractor's Statement of Qualifications" and any past experience with the Offeror. 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 X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Offeror shall submit this ratio in the Contractors Statement of Qualifications. Contractors with an Experience Modification Ratio greater than 1 will not be considered. The City may consider any incidents involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators will base their rating primarily upon the type of offense, date of the offense, location where the offense occurred, final disposition of the offense, the penalty assessed, as well as the Experience Modification Ratio. 32.4 5% CONSTRUCTION TIME: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the Contractors Statement of Qualifications and any follow-up information obtained from referenced contact persons or organizations. 32.5 EVALUATION PROCESS: Evaluators will independently review and score each proposal. t The committee will meet, during which time the Committee Chairperson will total the individual scores. If the individual scores are similar, the Chairperson will average the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson will ( initiate and moderate discussion to determine the reasons for the differences and ensure that all r, 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. 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. 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. A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN THE PROPOSAL CLOSE DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 34.2 This provision is not meant to preclude offerors from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential offerors, assure that contract decisions are made in public, and to protect the integrity of the proposal process. Violation of this provision may result in rejection of the offerors proposal. 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. Offerors 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: hgp://www.gpo.gov/davisbacon/allstates.html 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 proposal 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. TEXAS LOCAL GOVERNMENT CODE & 271.116 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 determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBNIITTAL FORM �r This page intentionally left blank **REVISED** PROPOSAL SUBMITTAL FORM .. UNIT PRICE PROPOSAL CONTRACT DATE: -cd 1�'� L e I � _ - RFP: 11-9981-DD - STORM WATER VAULT IMPROVEMENTS Proposal of F-D 002' �� �, _ _ (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of STORM WATER VAULT IMPROVEMENTS, 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. BASE PROPOSAL: ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Project Mobilization Demolish Concrete Vaults and Sample LS . - EA 1 .-- ..... 3 $ ' 'iZ � ._... 0C V7— $ . 7 S- 2 Tubes S 3 Storm Water Sampling Vault, Location A EA I Z4, ¢ ¢ 4 Storm Water Sampling Vault, Location B EA I S4 ¢3`' .� 5 Storm Water Sampling Vault, Location C EA 1 3sf .�� 6_ _._ [Electrical Equipment. and Install FEAF 3 ?�70 - ( , 6OX cult A B C TOTAL BASE PROPOSAL, ITEMS #1 - #6: 9r-2tr�3- (In can of a discrepancy between the Unit Price and the extended total for a proposal item, the unit price will be taken) $ 2 0 3 , 5 9 7 ADDITIVE ALTERNATE 1: ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE Ex-rF.NDED AMOUNT Fall -Through Safety 6tate /t/� ---••- Al-1 EA -�-------•- y 5 ••$ —`�_ I �� $ _. Vault A, B, C, D. E Concrete Stepping Block A1-2 EA 4 403 Q 13 Vault A B C, E Exterior Safety Handrail Al-3 EA 4 :, 343 �>. Vault A, B, C, D -M TOTAL ADDITIVE ALTERNATE 1, ITEMS #A1-1 - #A1-3: $ 14 II 1 lam case of a urscucpancy uccwccu [oc van rricc anu [ate exlenaea [o[at-for-a- proposal -item, file Unit price Will -oe-[aKea)- ITEM NO. DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXrENDED AMOUNT QUANTITY A2-1 Se*f3* Equipment mod Install RA _S 'ey"^ q3 , ,, E), Az-2 - - TOTAL. ADDITIVE ALTERNATE 2, ITEMS #A24 - #A2-2:�-'10 i l (I■ eau ofa discrepancy between the Unit Price and the e:teoded total for a proposal item, the unit price will be taken) $ 2 3 , 200 - 49 VOLUNTARY ADDITIVE ALTERNATE #1 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 (240) TWO HUNDRED FORTY CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of S25 (TWENTY-FIVE) for each day in excess of the time 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): The proposed number of calendar days to final completion. (Number followed by written): 2� � NL� Ls-._.__._ 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 sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence_ work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's F, check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable e surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5016) 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 t notice of award of the contract to him. .. t.... j' Enclosed with this proposal is a Cashier's Check or Certified Check for '✓6-- Dollars (S ova ) or a Proposal Bond in the sum of sere AAA Dollars (S -- ), which it is agreed shall be collected and retai ed 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 t-Owner_-within- ten _(10) business days aRerthe date of receipt-ofwrittek notiReation-of---- acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. t Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), 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 opORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Sea] if Offeror is a Corporation) Offeror acknowledges receipt of the following addenda: �+ w r' Addenda No. _� Date 7" Addenda No. Date .- - t1 Addenda No. Date l I - 4 (-FPZ 0 Addenda No. Date-.j-AC� J► �n)3r NMBE Firm: Date: a . ' / r a0 // -7i Autho ' d ignatt (Printed or Typed Name) Comp�y+'O . �J �O 32 7�---- •----- City, County Tic -a-V -114S1-3Z7f State Zip Code Telephone:ot6- ���iS/�.__... Fax: J7,96 Email: irli�e Pow [� /S/�h e.GlrtG,�CfE, Cdy.1, FEDERAL TAX ID or SOCIAI. SECURITY No. .O!�ttiOt.w��jl Suce) l/ Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Inc. Shilbr-195-5 www.brownmckee.cam (806) 7454511 Phone (806) 748-1681 Fax 906 Slaton Road 79404 March 3; 20.11: Mike �eequp 8t6rW Water Engineer C11y of Lubbock, Texas 1as 1P St, Doom 107 Lubbock, TX 79457-' ,Mke nt n fr my`i,ubbock.us RE. gtorm Water Vault Improvements (Project No 92173) ffP 1-1-9981-DD Mike, Thank you for trusting Brown -McKee, Inc. with your building needs. We have reviewed the construction documents concerning your project entity "Storm Water Vault Improvements" and have.prepared a "Proposal" package and `Scope of Work' for your review: • Drawings prepared by Parkhill, Smith & Cooper / Heather Keister, project engineer / re- issued 12-22-10, including sheets GOO thru I-102. • Specifications prepared by Parkhill, Smith and Cooper (same project), / Heather Keister project engineer / issued 7-14-2010. • Value Engineering meeting on February 23, 2011 with you, Jennifer Davidson, Mike Oles, and Blair Willson. We trust you will :find these in order. Ifyou have any further questions please don't hesitate to call. We look forward to working -with you on this and other projects. BMI is recognized by the State of Texas as a -HUB Business (1750906414700) Yours truly, Brown -McKee, Inc- ,. /) 6e� Mike P. Dies President BMI 4899 $eq1tlq# 1. 'Scope of Work': The purpose of this project is to perform storm water vault improvements as outlined in the plow and specifications noted, and with the following value engineering features as listed awd qtialifibdUlow. The owner will provide some aspects of the project as outlined in the qualifications below. MQM,apecifically Brown -McKee, Inc. will provide the following materials and services as outlined: Base Proposal: Provide items one through six of thebase proposal, as quoted on 2-15-11, with the following clarifications: a. Vaults and Cartier Pipe 6W, Scations. i. Vaults A, B and C wilhbwoonstructed with pit-d&t floors, ;sloped to1he center, with ofteRdridh drain (in lieu of cast in place floor and seven FreAph drditig). ii. "Vaults A, D, -and C Will be set on flowablezoncreW -fill over existing soil compacud to density, compaction testing paid for by the City of Lubbock. iii. For Vaults A and B: one carrier pipe Will enter the sidewall of each vault, and will be placed -mi a trench approximately five to six feet deep from the vault. to the bottom of the.&orm pipe, penetratipg at the same location as thwexistingaampling tube, if at all possible. Carrier pipe -will slope downwaK, lowest'end at thestorm,pipe. iv. For Vault C: thecarrierpipe will ebtor-the side vrdlofihevault, and will -be placed in a trench five to six feet deep, to a 60" diameter drilled pier excavation. The,caTrier pipe will then drop vertically ;to a point near the same depth as the storm pipe (approximate depth is 15.8 feet per Jennifer Davidson), and enter the pipe with a downward slope into the existing sampling tube location, if at all possible. v. The drilled excavation, constructed solely to permit ,connection,of the -single carrier pipe in Vault C, will -be backfilled with flowable fill at the bottom ofthehole (approximately 2' deep), the"im,ppal-gravol. to WWO4,24 inches of the existing did Toad surface. Plowable fill will pbeinstalled to a depth of 12 inches, then the last 12,inches (to-thetop of the existing dirt roadway), will: be constructed of compacted backfill. b. Electrical clarifications: Conduit and circuit breaker to the RTU unit will be provided, but the feeder will notbe provided, as it is anticipated from the value engineering;meeting that them will be no RTU cabinet to which to terminate the wiring. BM4809 ii. Antenna system components originally included in bid item number six are deducted from bid item six and presented as an option below. These items include the antenna pole, buried condunt, and mules tape for vaults A, B, C, D, E. iii. A 300A allowance has been estimated for each blower. Explosion proof features are not included. iv. Power in Vaults D & E was not included in bid item number six, as only Vaults A B, and C were mentioned. v. Oxygen and MS sensors, mounting, nor wiring is included in bid item number six (it is included in the additive alternate A2-2: SCADA equipment, and install). 2. Provide Additive Alternate No 1, with no changes or modifications to the submitted pricing. 3. Provide Additive Alternate No 2, with no changes or modifications to the submitted pricing. 4. Provide a voluntary additive alternate to provide and install antenna pole, grounding, and -,buried conduit for Vaults, A, B, C, D, and E. (This is broken out from Base Bid Item b in our 2-15-11 bid). 5. Provide a voluntary additive alternate to provide and install conduit, circuits, and breakers in Vaults D and E. as follows: a. Provide and install power from existing panel to new RTU. b. Provide and:install low voltage wiring from RTU to Oxygen sensor. c. Provide and install low voltage wiring from RTU to 112S sensor. d. Provide and install power to bubble flow meter e. Provide and install power to water sampler 6, Provide a voluntary additive alternate to supply the following SCADA components (with no installation), as listed in the table below. No other components are included. Brown-McKce, Inc. BAG 4899 I Section 2. `Proposal': Brown -McKee, Inc. as an independent contractor and engineering firm, proposes to provide aH supervision, labor, materials, construction equipment, transportation and insurance to provide and construct the work listed above on owner's property located in Lubbock, Texas, as described in the `Scope of Work' and qualified below, all for the price of: IRsm Pmnnsal: Item No. Description Unit Eat, Qwmt Unit Price Extension 1 Mobilization LS 1 1 5.49 1,255.49 2 Demolition EA 3 2,827.06 8,481.18 3 Vault A* EA 1 52,22231 52 2231 4 Vault B* EA 1 52,22231 52 2231 5 Vault C* EA 1 52 2231 52 2231 6 Electrical ABC* EA 3 12 97.77 37,19331 Total Revised Base Price $203,596.92 *Numbers value engineered from proposal presented on 2-15-11. Additive Alternate 1: Item No. Description Unit Eat. IIant. Unit Price Extension Al-1 Safety Net EA 5 1 10.23 - 9,051.16 Al-2 Step EA 4 403.47 1,613.90 AW Handrail EA 4 834.92 3339.68 Total Alt No 1 Pace $14,004.74 Additive Alternate 2: Item No. Description Unit Est. cant. Unit Price Extension --A2-1-- SEABA-Eqpt-&- Install ----EA---- ---5 -A2.2.-- SCADAZ"sult ---4.S- - - ---1--- --17-r72935 ---- 17-M9.�5 Total -Alt -- No2- "ce- -- --VW9& 18- BAH 4899 4 Voluntary Additive Alternate No 1: As an addition to the proposal price listed above, the price of providing and installing antenna poles, buried conduit, and one mule tape to sites A,B,C,D, and E, as described in item 4 above, for the price of:--------- -------------- ---- 423,200.49. -As-an-a"tion-to4ke-proposai-griee-Hsted-above-the- price -of provid%g-ehctricnl-mnduit, - --ciravitsrwA feeder-tape~4he seada-eq�tipreen# wan#s B E s�istc�in-it�*ar5-abev --fer-tHe-addHioaal-priee•e€--...............�.�}4--- - AWmaarr Additive -Alternate -Nor 3- ' tiara--------- Manufacturer-- iartNunrber----------- Qp - 0mtrol------ ­P3H(k1*2e--------- ---5--- 79W*fhz-MBS-spread- - Microsystems--- -SeetrnwRadio------ +WM*4XRadieReady- Phoenix-eontacd- 4bU)--SiP9--NEi1 A4X--9 9---- ---5--- -FAelesuF-------- Autenna_(Yagi} ------- Poen�entast-J-)EfiM-9001�-Y�1[��8- ------ N A.ateaua-Gable- - PhoeB *-C-e*taet- 4tAD-C-AAA-1�£�F99�F-S'S--- ---5--- Axteaaa- b0-ft -- _Zai*,Cestaet- IAR14 9-69----- ---5--- -Provide$EAlDA-n ate}, as-!isted-above,--fertheprite--- Qualifications: • Per a phone conversation between Blair Willson and Jennifer Davidson on 2-25-11, no explosion proof features are required in any of the vaults. • Oxygen Sensors and 1422S sensors are provided in the SCADA package, A2-1, for all five sites. • Cable pull and antenna alignment have been deducted from the project price for all sites, as it is anticipated SCADA work will be started and completed long after we mobilize from the site. • Only the SCADA materials listed above are provided in Voluntary Alternate No 3, delivered to a City of Lubbock warehouse, as directed. The materials part numbers came from your contracted SCADA consultant Wunderlich- Malec. It is possible the radio specified will not fit in the cabinet specified. Verify compatibility of all components listed before purchase. BMI 4899 Schedule: Project can be substantially complete in 190 r cold doday from calendar p m the date of notice to proceed, less weather and material delays that do not allow us to, work. The project can be: final complete in 240 days. Terms: Asper the -cintract documents. Yours truly, BrowkMcKee, Inc. Mike P. Oles President BMI 4899 6 ,$fafr of Zrxas H storically Underutilized Business Certification and Compliance Program The Texas Comptroller of Public Accounts (CPA), hereby certifies that BROWN-MCKEE INC. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 27-JUN-2009, supersedes any registration and certificate previously Issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day -today management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of Ineligibility. cerlificateNlD Number: 1750906414700 File/Vendor Number: 62084 Approval Date: 22-JUN 2009 Expiration Date: 22-JUN-2013 1?,j A. Qurv—, Paul A. Gibson Statewide HUB Program Manager Texas Comptroller of Public Accounts Texas Procurement and Support Services Division Note: In order for State agencies and Institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateMD Number identified above. Agencies and ( J universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the Internet (httpg/w Av.window.state.bc.ustprocurement//cmbUhubonly.html) or by contacting the HUB Program at (888) 863-5881 or (512) 463-5872. L g- �1 UNITED FIRE & CASUALTY COMPANY 118 Second Avenue SE, PO Box 73909 Cedar Rapids, Iowa 52407-3909 319-399-5700 (A Stock Company) - BID BOND KNOW ALL BY THESE PRESENTS, that we BROWN-MCKEE, INC. as Principal, hereinafter called the Principal, and the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, 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% ), 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 RFP-11-9981-DD STORM WATER VAULT IMPROVEMENTS 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 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 x to remain in full force and effect. Signed and sealed this 15TH day of FEBRUARY 2011 BRO-MCKF.F, INC� By1—lure, /J r_:% — ! "✓� Sw (Seal) (PRINCIPAL) (WITNESS) (TITLE) UNITED FIRE & CASUALTY COMPANY (Seal) (SUREA Ate A TY • wk6it.. ;:. By (WITNESS) (ATTORNEY -IN -FACT) CONT 0001 0899 V V: '5 4 V CERTIFIED COPY Of Go R, stft-0 W— and, a-0,0 pffht,v-BAVID- BftKWQt----TZ! A DUALLY aftii66CK ik N., ,its true WWI 0� d I p ninstrurri thete al Ily, andttt a Companies and all the sets of`efd Attorney, 01 hereby Is continuous and. all . remain, 10 - UN1-'TEff-#IRE & INDWNI 7*, - ci his: power of MOMOY`fs'!.n ----�iod -.T �-"94ction 2, A*Ihfntent of At from time to tlme;° appoint by PT.1ftsurenct, q edal tieP-.yjp0d-.-the ,: -dip s. ti fi 6f a certification on.* hit hi#.Iz original sh natu(#, of suit of#; . -j; -­ 0 Apme: force and_qffo. Wti M certificates of. authority and to attach the seaVof the ........Officer of the Comp.0 ples mqy... A A AI . . . . . . . . . . . . . ,A4Unitod 0b-ox4jideM. 0 CO_V0: 4 R OFi `a C"'1066M.4. d*' POP - " :-, an , Q :.;*t the WWs n in" ti�4 ot"panyj."t 0,orpo. M- P V?04.0-i hkeo;'-i d-- Ing I40.*.:46eS rqpKq-, CK 0 01 E RNI* 11i iKXNLEY, J V 4 to the."'", -a"hd -9IV11reby rqMW ;a . aind pffe qt.6iiftl revoked by UNITED FIRE & fW and-� 3 �0 0 o :p , a 01 R:*Byte -oh 1pift t and ...Vn" 'the' President or any Vice President;i" brlaillyi---t ites attomeys4rtTf0i,*: ,toac 1n behalf of the Dr obligator - ,. I Th 0 Ilka nature. e 7- ffixed of attome vli 410106W.: M St to iif qwa County ofl-Wh st," J� '-Denrtis osip a ;Aa a e resides tiYresident:o the UNITED FIR CASUALTY COMPANY, and` a Vice President of corporations described in and iavhich executed the e Instrument, that he knows to thq:: said instrument is such corporate se$i, that wvas, to-jamkied. pursuaiint.to-� .....ations and that he signed .... . uraWr(IW authority rporations.. and.010#0 the 11MO re and :ek I dent; the 1 F-U, HKE�. of said d ,given by Mary A. Janson. 10% Notsfill S401 P� Commission number 713273 My Commission RKpims 10/2611* David A. Lange, Secretary -6f..UNITED F.IRE.4 CAW- ALTY--,C COMPANY, do hereby certify that Vh'J ave compared :41h6i'forowinj SSeictf, rz on o the by-laws and resolWb dfc . f .pfo sa pa N '.-'ME OFFICE OF SAID COMPA 0 Nl�, and ate -same ,*111or at the said Power of Attorney has -not been revoked is)-)6 J" n 0,--- f nto sy idd In testi this day of AV OW WL SUALTY . COMPANY AND ON— -91", by -bo�f p tits on of policies of officer ice, 2oro .N. tors r of jj'j'a. end I -6(;,Mld 4 tar Pa 1W.- edf: and of *the i*, 6 cdoft th 9 Who e and;the co*411�.';i i:of 08' t CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a proposal 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 proposal submittal. Failure to submit the following Proposal Evaluation information may result in the OWNER considering the proposal non -responsive and result in rejection of the proposal by the OWNER. Offerors 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: contract with the selectedwork Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? 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 proposal, which in its judgment is the lowest and best proposal, to reject any and all proposals, to waive irregularities in the proposals, or to reject nonconforming, non -responsive, or conditional proposals. In addition, the OWNER reserves the right to reject any proposal 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 proposal on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As 1WW/V M G. Business Address of Principle Office q0KLA v� l2 /J Telephone Numbers Af. v Main Number WV/ }5' _ Fax Number Web Site Address V WW - 6".Wn rh c.kee.coir Form of Business (Check One) If a Corporation Date of Incorporation Y. A Corporation A Partnership An Individual q S State of Incorporation Y, Chief Executive Officers Name President's Name Vice President's Name(s) GGY Secretary's Name 00/v 6-ME. 6-ME.iE Treasurer's Name Date of Organization State whether partnership is general or limited IndividualIf an Name Business Address Identify-. which exert a significant amount of business control over - organization Indicators.. Average Number of Current Full U Average Estimate of Revenue Time Employees for the Current Year °`� /i'JIL. I Contractor's Organizational Experience Organization Doing Business As (lauiA/ r" c 1 A) C . Business Address of Regional Office �a6 St.4ru/-, >ztl. fv 4145 Name of Regional Office Manager Al I 9-f- t.ES rccgl�e� Telephone Numbers S' )) Main Number Fax Number -7 Web Site Address Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies p sently doing business: Names of Organization From Date To Date wN E ,vG. s8'V T List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership NGA/E Construction Experience Years experience in projects similar to the proposed project: As a General Contractor &e As a Joint Venture Partner Current Contractor Experience Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? U If yes provide full details in a separate attachment. Has this or a predecessor organization been released from a bid or proposal in the ten ears? -past If yes provide full details in a separate attachment. Has this or a predecessor organization ever been disqualification as a bidder or offeror any local, state, or federal agency within the last five ears? ti0 -by If yes provide full details in a separate attachment. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? Ado If yes provide full details in a separate attachment. Contractor's Proposed Key Personnel Organization Doing Business As Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. /'�'► t � P OLD ,cioy� /J' !PA; S%Lr-L L/4^AV-" �/f c• E�� ,v►G2 5+11 lr' sv�ju/v�R/Jti' . Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. >r.IS p_ 0 VF- Experience of Key Personnel 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. Project Manager E Project Superintendent Project Safety Officer Lq^4 Quality Control Manager 9, ,V I L l' f If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Manager Organization Doing Business As Pnmary Candidate Name of Individual yl"C wcG LW t.F- Years of Experience as Project Manager Years of Experience with this Organization 2 Number of similar projects as Project Manager Number of similar projects in other positions I A3 Current Project Assignments / Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date t AS sa N -Zv t Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) J Name 1LL a d Name c;.ai Title/ Position Title/ Position',��,�f�2 Organization Organization r Telephone /;717 - O v L Telephone 3 - y 4 E-mail E-mail Project VA /a JV k Project +.► Candidates role on Project &?P:T r I"A.J t 4 AA Alternate CandidRte Name of Individual Candidates role on Project i Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Proect Estimated Project Completion Date tcy,� urn-,/✓s G EQf��/' �--�� it ContactReference Name • • names indicates Y N 4 A,'— approvalto contacting Name 13,—AA K-Q-1//4AM Title/ Position w rA- Title/ Position VA Organization „�d iA*741-MqA4, Organization eteov 4i/,K.4a Telephone pd Telephone = E-mail E-mail vn Project ,asp Project � Candidates role on Project 1KAA*4&C Candidates role on Project Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual LvE G S Years of Experience as Project Superintendent Years of Experience with this Organization Number of similar projects as Superintendent 2, Number of similar projects in other positions fJ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name E Name tMILMAgs Title/ Position Title/ Position Or anization Or anization u , Telephone FAC. - 4- Telephone 99d E-mail I ra k+m E-mail h ' Project * w Project Candidates rolen�rtrvou4,i' on Project Alternate • dat Name of Individual Candidates role SvI�Fs+,rv�'r.�Jir� on Project �A Years of Experience as Project Superintendent 3 Years of Experience with this Organization 3 Number of similar projects as Superintendent I Number of similar projects in other positions o Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Name Information (listing narnes indicates approval . contacting Name Title/ Position rvwZ Title/ Position Organization Organization Telephone - -- Telephone_ E-mail E-mail Project Alwo AT, -Al Project Candidates role on Project Candidates Candidates role on Project U Proposed Project Safety Officer Organization Doing Business As Primary Cati(fidate Name of Individual 5Gd Years of Experience as Project Safety Officer 2 s Years of Experience with this Organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments 544, ,; ,C,7"�, of Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Name Title/ Position „„.,. t, Title/ Position „�t n1.v,✓p r,L Organization « 1 C'.Sx Organization Za c e& Telephone oG - s • bs-,P2 Telephone d 6 - Y i0 Email E-mail Project Project Candidates role Ion Project Alternate Candidate Name of Individual Candidates role on Project Years of Experience as Project Safety Officer Years of Experience with this Organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates Name approval to contacting Name the names individuals as a Title/ Position Title/ Position Organization Organization Telephone lephone E-mail E-mail Project Project Candidates role on Project Candidates role on Project r Proposed Project Quality Control Manager Organization Doing Business As,,,J Primary Candidate Name of Individual +f!- 122-4 Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager ) Number of similar projects in other positions d Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date A LA4 /-ors N - c10 T GO - 1) Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Proiect Candidates role on Protect 56Orc4r4.rt"tA;_) Alternate Candidate Name of Individual Candidates role on Project Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ContactReference Name • . to contacting Name the nanies individuals as a Title/ Position Title/ Position Organization Orplanization Telephone Telephone E-mail E-mail Project I Project Candidates role on Project I Candidates role on Project a r' Contractor's Project Experience and Resources Organization Doing Business As Projects Provide a list of major projects that are currently underway, or have been completed within the last'five ears. Provide a completed Project Information form for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form for projects which illustrate the experience of the proposed key personnel. r7-A Organization What work will the organization complete using its own resources? t) SEr 4) df Ace�ste�+es /it ►siorJ /I�-�w,.� 6� s-°rr- nvSV t, 4rw,v What work does the organization propose to subcontract on thisproject? 1) vAiit-'i N�AVvI���E 4) SSA CURRENT WORKLOAD PROJ # PROJECT NAME SCOPE OF WORK CONTRACT AMOUNT COMP DATE KEY PERSONNEL CLIENT REFERENCE 09-027 TTU Grantham Building 30,000 sf new warehouse $ 1,126,000.00 12/2010 Blair Willson Steve Oles Doug Chowning (806) 742-3314 10-013 GICON Pumps v Warehouse addition and interior renovations $ 746,791.00 3/2011 Blair Willson Steve Oles Joe Riker (806) 763-9508 10-028 _ Atlas Roofing Corporation Industrial Boiler Building _ $ 535,000.00 3/2010 Don Steele Frank Brown 10-032 Triumph Seed Co. Multiple on -going Projects $ 405,000.00 2/20/10 Trever Gray City of Lubbock - F! - wate-NI—A Im —Rents _ rent Workload i ,_ rbwr =McK _ Pr No_ 46Ss ShL_ _�f 1 If'lt�atlm.an m Control Supplier Que Organization Doing Business As Address �Ll,n�j Ci?vi92� JCL . Telephone Number Number of full time licensed irrigator(s) on staff g Number of full time service personnel on staff not including irrigationpersonnel) C.cfy�l Geographic location of service personnel for this Pr 'ect Number of years Supplier has successfully rovided similar work.. . Reference Contact individUals Project Project Name Information (listing names indicates approval to contacting the names as a reference) Project Scope Project Contact Title/ Position Organization Telephone E-mail Project Name Project Scope Project Contact Title/ Position Organization Telephone E-mail Project Name Project Scope Project Contact Title/ Position Organization Telephone E-mail Provide a list of major equipment suppliers proposed for use on this project. List one manufacturer only for each item. Attach additional information if ne ssary. Manufacturer Name Equipment/ Material Provided vC G��c�tETC I�iw�v�I (✓ L( rC rA)AC h /900)Z4 0/3 W L"e-A r Current Projects and Project Completed within the last 5 Years (Complete a new form for each reference project) Project Owner S /h Project NameT Axw &Amiiew General Description of Project: .✓ , A4,cw,,,,& cc orrlG Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mall Owner !�� !1•tKt�- CN• ✓►+G •,Zq� $ • i ' Q Designer A/ vs N A 1 GvY 0-I A -KS AC - Construction Manager &- f Surety I A,�04, - Project Budget History Schedule Performance %of Amount Proposal Date Days Amount Proposal Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements j A, oq 12,4, Contract Final Completion Date at Notice to Proceed Unforeseen Conditions 8V Change Omer Authorized Substantial Completion Date Design Issues — Change Order Authorized Final Completion Date Total 61 i Actual / Estimated Substantial Completion Date q Final Cost — Actual / Estimated Final Completion Date-4, KeV Project Personnel Project Manager Sujerintendent Safety Officer Quality Control Manager Name A- wLyS-1nU C-Les L'Al/1`LY /45� IJJAJhJAI) uS6+v Percentage of Time Devoted to the Project U 5e Did Individual Start and Complete the Project? S r S GS If not, who started or completed the project in their place. r-40— Reason for change. Number of Issues Total Amount involved in Number of Issues Total Amount involved in U Resolved Resolved Issues Pending Resolved issues Current Projects and Project Completed within the last S Years (Complete anew form for each r3fenance project) PrOlect Owner I e--rrr Df L Project Name General Description of Project; Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Scvrd �,y -CcnrGi LV-"VtL Designer C,.^04 S?1WoAJ ►f-- 6- 0?6 Construction Manager Surety . 'OrL44clurN Gldz'CS %y BudgetProject . Perforimince Budget History Schedule Performance %of Amount Proposal Date Days Amount Proposal Notice to Proceed 0 7 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements L t 449,, Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual I Estimated Final Completion Date - -o Key Project Pet-,Or�!Ied Project Manager Su Project Safety Officer Quality Control Manager Name IA4-rs,,o /,pro/J p-rc4E Percentage of Time Devoted to the Project Did Individual Start and Complete the Project? l�tS �/i;S SAS YES If not, who started or completed the project in their place. Reason for change. Number of Issues Total Amount involved in Number of Issues Total Amount involved in 1Pendln I C/ I Resolved Resolved Issues Resolved Issues Current Projects and Project Completed within the last 5 Years (Complete anew form for each reference project) Project Owner ot 44eloce Project Name �ri»�Ps', Aii��t1 Cs General Description of Project: Col-rA q-' Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tide/ Position Organization Telephone E-mail Owner T'EAA-"." j6AKf s- cT G f &_J�' Designer Construction Manager Surety ejx oce d a,nw-&4- AGuv; 4 Project Budget and Schedule Perform,�nce Budget History Schedule Performance %of Amount Proposal Date Days Amount Proposal Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements e - Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Omer Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost / — Actual / Estimated Final Completion Date Key Project Persomiel Project Manager Sujerintendent ect Safety Officer Quality Control Manager Name , . Percentage of Time Devoted to the Project Did Individual Start and Complete the Project? L-CS e, If not, who started or completed the project in their place. ry Reason for change. .r Number of Issues 1 /) Total Amount involved in G Number of issues U Total Amount involved in G Resolved (� Resolved Issues Pending Resolved Issues Current Projects and Project Completed within the last 5 Years (Complete a new form for each reference project) Project Owned;- oil LU-53c6-1, ems, Project Name C General Description of Project: ,a �c ,a IAJ_dLU;v elm Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner PEi )LIA, a c4ej<Cw� -► - eAA-) L" L Designer Construction Manager Surety I Awfin, 1. Project_. Budget History Schedule Pertormance %of Amount Proposal Date Days Amount Proposal Notice to Proceed / c, Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements ' Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total --LActual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date b I Key Project Per-,cnnel Project Manager Suje ntendent ect Safety Officer Quality Control Manager Name 4%4,w tb ZErre- LA Percentage of Time Devoted to the Project Did Individual Start and Complete the Project? rj Yr 5 If not, who started or completed the project in their place. Ye Reason for change. DisputesIssues / Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues Pending Resolved Issues Current Projects and Project Completed within the last S Years (Complete a new form for each reference project) Proms Owner Project Name ,�. v .+�►a L �« General Description of Project: Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tide/ Position Organization Telephone E-mail Owner -MXqs T��•l vw�v Designer f AIA p/i M'ei ,nAi-,0Gt2. -7G,2•�� ✓, Construction Manager Alp Surety n+ .teiti /9G�+�r tir•� �, �,, v •. Budget History Schedule Performance %of Amount Proposal Date Days Amount Proposal 0 C,p .- Notice to Proceed •/ j - b oZ 1 Change Orders JContract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions — Change Order Authorized Substantial Completion Date Design Issues — Change Order Authorized Final Completion Date Total 41,v, /6g lm� Actual / Estimated Substantial Completion Date 133 Final Cost ► k3 / 4 $ Actual / Estimated Final Completion Date 7 7- to 7 ProjectKey Project Manager Sujer ntendent Safety Officer Quality Control Manager Name Ld �a, cvr- 4%S c Percentage of Time Devoted to the Project </ Did Individual Start and Complete the Project? A140 [trS If not, who started or completed the project in their place. ^,JA" 4eA- Reason for change."A-VW Ei-^a+r ) Number of Issues I [ eTotal Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues Pending Resolved Issues RESUME Michael P. Oles 5332 84th Straet Lubbock, Texas 79424 (806) 794-3684 (RBS) / (806) 745--4511 (BUS) PERSONAL DATA : Both Date: October 14, 1955 Marital Status: Married (19 years) Wife, Judy Two children, Ryan and Russell Height: 6' - 3" Weight: 220 lbs. EDYJCATION : 120 Hours - College of Engincering - Architectural Design Option, Texas Tech University, Lubbock, Texas. Still working toward degree. Secondary Education - Abilene High School - Abilene, Texas, 1973 Thigh School Diploma Primary Schools -Texas, California, Mamoo-North Africa, EMPLOYBWINT DATA: Brown -McKee, Inc. P.O. Box 3279 Lubbock, Texas 79452-3279 October 1978 to Present President and Chief Operating Officer Biographic Iuformation I am a native of Texas, born in Laredo in 1955. Father retired Air Force at Dyess AFB in Abilene, TX in 1969. Prior to his retirement we lived in many parts of the US and in one foreign country. Attended Secondary Schools in Abilene, TX and received a High School Diploma in 1973. Attended Texas Tech University from 1973 to 1978. Received 120 credit hours toward a degree in Archiwetu e, in the School of Engineering. Still have a goal to finish and receive a dew some day. Sinoe leaving school in 1978 all of my work experience has been with Brown - McKee, Inc.. I have worked through the ranks of all departments of this firm and I have obtained a well rounded knowledge of Heavy Industrial Projects of all types. Duties and responsibilities include Advertising, Public Relations, Estimating, Sales, Project Managcacn4 Overseeing Project Engineers and Field Superintendents, Purchasing, Draling, Contract Closings and management responsibilities. I am a meanbw of the Lubbock Caber of Commerce and have been active on the Water Cow in the early Ws and currently active on the Highway, Streets and Roads Committee. I am a 1991 Class graduate of Leadership Lubbock. i I am a member of the Association of General Contractors, Texas and Houston Chapters. 0 Page 2 Resume Michael P. Ole$ RESUME Michael P. Oks 5332 84(h Street Lubbock, Texas 79424 (806) 794-3684 MES)1(806) 745-4511 (BUS) Biographic Information (Cont.) I am an active member of the Boy Scouts of America on the Troop level. Currently the Advancement Chairman and past Assistant Scout Master for Troop 508 in Lubbock, Served on a Budget Committee at fhe Council level in 1993, Family and I have been members of Bacon Heights Baptist Church for the last 8 years. Married to the former N. Judy Minton since 1977. She is a, graduate of Hardin Simmons University in Abilene, TX, class of 1977. We have two children, Ryan 15 years and Russ 12 years. Mike P. Oles Page-(2) L C RESUME DON W.STEELE 2522 69th Street Lubbock, Texas 79413 (806) 748-0311 home PERSONAL: Family status: Married, two children Health: Excellent CAREER OBJECTIVE: To pursue an administrative or management level position in the field of engineering and construction pertinent to job skills and training. EDUCATION: Bachelor ofScience, Conduction Engineering Technology Associate Arts, DrV4; rg Texas Tech University, Lubbock, Texas Weatherford College, Weatherford, Texas May,1981 May, 1975 Tau Alpha Pi (Construction Technology Honor Society) Phi Theta Kappa Who's Who in American Junior Colleges, 1975 EXPERIENCE: Much 1984 - Current Project Manager Brown -McKee, Inc., Lubbock; Texas Responsible for the coordination and management of various engineering and construction projects, including design -build projects and competitive bids. Also responsible for monitoring and maintaining company safety policies. Duties included design engineering, drafting, project research and analysis, cost estimating, bid preparation, attending project related construction conferences, purchasing, project management and administration, scheduling, cost analysis, vendor relations, sub -contract administration, construction personnel supervision, maintenance of project statistical and historical data, quality assurance and control, administration of prime contracts, assembling monthly pay estimates, job cost accounting, and project close -.out Forommumv oiPYv=yPrq.1'W& g1&;we withBh wwn-lVMeKee, Ltc, see adtadwwd October 1983 - February 1984 Bechtel Power Corporation Ann Arbor, Michigan On assignment as a Quality Assurance Engineer at a nuclear power station job -site in Ohio. Responsibilities included identifying project quality assurance activities for monitoring and auditing, preparing quality assurance schedules, preparation ofprocedures and reports, monitoring and auditing project, quality programs and activities. December 1981- October 1983 Bechtel Petroleum, Inc. Houston, Texas On assignment with Refinery and Chemical Division as the Home Office Construction Coordinator for the module yard facilities located in Italy. The module yard was responsible for module and pre -assembly fabrication and erection as part of a grassroots petrochemical complex being constructed in Saudi Arabia. Responsibilities included liaisorr between the module yard and the home office disciplines, module construction scheduling, coordinating the resohrtion ofconstruction problems and expediting the flow of information and materials from the hone office. Jow 19181- December,1981 Bechtel Petroleum, kc. Houston, Texas AssignW to the Refinery and Chemical Division as a Construction Staff Assistant participating in development of a Construction Execution Plan for a 69 million man-hour grassroots LNG project for Indonesia. Responsibilities included preliminary design and drafting of housing community with related life support facilities (water treatrnent and distribution, wastewater collection and treatment, and power generation and distribution), concrete batch plant, block plant, asphalt plant, quarry operations, airport facilities, cargo dock and other required operations necessary to execute construction. July 1980-hate 1981 Brown McKee, Iw. Lubbwk Texas Resume - Dal W. Steele - Page 2 Design Engineer / Draftsman. Responsibilities included civil/structural design and drafting of various bulk material handling facilities for chemical plants, agricultural mills and press plants. July,1979-A41980 Gooe4nsture, Inc. Brownfield, Texas Computer Operator. Responsibilities included processing daily grain and fertilizer transactions, administrative records and retention and storage of computer files. May, 1975-August 1977 June, 1978 -September, 1978 City ofAbilene Abilene, Texas Maintenance worker. Responsibilities included construction and maintenance of water treatment and distribution systems and wastewater collection and treatment systems. Obtained "C" certificate from the Texas Department of Health Resotam in Water and Wastewater Treatment t'l 31 a DI10 « Lindsay Mills President Jolt Mills Electric, Inc. 1836 Grand Central Ave. Elmira Heights, New York 14903 (607) 7344111 Jim W. Williams Vice President of Finance Jordan General Contractors 15115 FM 1488 Magnolia, Texas 77354 (281) 356-5756 Jay Meador Bill Conklin Sales Manager Genera I Superintendent/ Asst Safety Director (Retired) W & W Steel Co. Brown -McKee, Inc. P.O. Box2219 5015 14th St Lubbock, Texas 79408 Lubbock, Texas 79416 (806)765-5781 (M) 797-0901 Paul Grohman Brad W. Tibbitts Developer Academic Dean Gromax ofTexas Weatherford College 2108 Kildare 306 E. Park Pearland, Texas 77581 Weatherford, Texas 76086 (281)412 9210 (817)594-5471 Resume =)on W. Steele -Page 3 Resume & Addendum y Primary Projects During Tenure with Brown -McKee, ]Inc. _ During the twenty five years I have been employed by Brown -McKee, Inc. I have worked on numerous projects. The fallowing is an overview ofthe wide variety of projects with which I have been directly involved. Agricultural Projects Owner/Client: Shamrock Foods Type of work performed: 6,000 head dairy farm Job location: Congress, Arizona Contractamount $5,323,000 Design/Build project for grassroots dairy farm inclusive of office facility, milk parlor, commodities barn, calf facilities, water storage and distribution, and waste retention ponds. Owner/Client Southern Cotton Oil Solvent Plant Type ofwork performed: Modification Job location: Lubbock, Texas Contractamount $499,000 Owner/Client HelenaCottonOil Type ofwork perlbr'rned. Cotton Seed Oil Extraction and Hull Storage Building Job location: Helena, Arkansas Contract amount $1,192,000 Owner/Client Rio Grande Oil Mill Type ofwak performed: Solvent Plana' Job kxation: Harlingen, Texas - Contract amount: $1,483,000 Owner/C,lient Levelland Vegetable Oil Type ofwork performed: Cotton Seed Storage System Job location: Levelland, Texas IJ Contractamount $444,000 Owner/Client Lamesa Cotton Oil Type ofwork performed: Cotton Seed Receiving and Storage System Job location: Lamesa, Texas Contractamount $886,000 Owner/Client Plains Coop, Oil Mill Type ofwork performed: 209 x 625' Cotton Seed Storage Building Job location: Lubbock, Texas Contactamount $2,200,000 Owner/Chent Plains Coop. Oil Mill Type ofwork performed: Solvent Plant i-- l Job location: Lubbock, Texas Contact amount $2,250,000 Owner/Client Plains Coop..Oil Mill Type ofwork performed: Bale Press Building & Cleaning and Deiinting Building Job location: Lubbock, Texas 1 Coirtractamount $850,000 Owner/Client PYCO Industries Type ofwork performed: Cotton Seed Oil Fractionation LA Job location: Lubbock, Texas Contract amount $1,857,000 Agricultural Projects (continued) Owner/Client Type ofwork performed: Job location: t . a Contract amount" r Owner/Client Type of work performed: II Job location: Conhactamount Owner/Client Type of work performed: Job location: C,orhract amount Owner/Client Type ofwork performed: Joblocation: Conhaotamount_ Resume - Don W. Steele - Page 4 PYCO Industries Cotton Seed Oil Winterization Project Lubbock, Texas $1,293,000 Premium Standard Farms Waste Water Improvements and Biogas System Dalhart, Texas $1,005,000 Premium Standard Farms Biogas System Dalhart, Texas $313,000 Famvrs Cooperative Compress Cotton Bale Storage Complex Plainview, Texas $3,313,000 Heavy Industrial Projects Owner/Client Owens -Coming Fiberglas Type ofwork performed: Bulk Asphalt Railroad Unloading Facility Job location: Wing Texas Contact amount $900,000 ( Owner/Client Owens-�Coming Fiberglas Type ofwork performed: Install Gas Fired Asphalt Preheater Job location: Irving, Texas C ftad amount $250,000 Owner/Client Owens -Coming Fiberglas Type of work petfonned: Process Dust Control and Cooling Systems Modifications Job location: Houston, Texas Co dWamount $446,000 Owner/Client: Owens -Coming Fiberglas Type ofwork performed: Composition Shingle Facility Job location: Compton, California Conti�actamount $3,650,000 Owner/Client Owens -Coming Fiberglas .. Type of work performed: Batch House Repairs Job location: Amarillo, Texas [ Contract amount $334,000 i... Owner/Client Witco Corporation Type ofwork performed: Feed Stock Store Facility and Pump Station Job location: Sunray, Texas Contractamount $4091000 Owner/Client Witco Corporation Type ofwork perfomred: Carbon Black Loadout Facility Job location: Sunray, Texas Contract amount $575,000 C_ Heavy Industrial Projects (continued) OwnwUlient Type ofwork performed: Job location: Contractarnount Owner/Client Type ofvAxk performed: Job location: Contractamount Owrrf/Chent Type ofwork performed: Job location: Contract amowit Owner/Client Type ofwork performed: Job location: Contnrct amount Public Works/Governmental Projects Owner/Client Type ofwork performed: Job location: Contractamount Resume - Don W. Steele- Page 5 Martin Midstream Partners LP 450 TPD Sulfuric Acid Plant Plainview, Texas $18,400,000 A. P. Green Refractories Concrete Foundations Sulpher Springs, Texas $503,000 Owens Coming Fiberglass Incinerator Replacement and Plant Expansion Ennis, Texas $1,117,000 ITT -Goulds Pumps Pump Test Facility Lubbock, Texas $403,000 Brazos River Authority OffiwJMaintenance Facility and Staff Housing Lake Alan Henry, Texas $601,000 OwnedClient Harbert Construction (Texas State Prison System Contractor) Type ofwork performed: Subcontracted Metal Building Erections Job location: Pampa, Texas; Larnesa, Texas Contract amount $728,000 Owner/Client City ofBrownfield Type ofvmrk performed: Pump Station Job location: Brownfield, Texas Contract amount $413,000 Owner/Client City of Lubbock Type ofwork performed: Fumish and Install Thirty -ton Gantry Crane Job location: Lubbock, Texas Contract amount $200,000 OwnwUlient City of Lubbock Type ofwork performed: Influent Lift Station Rehab at Water Reclamation Plant Job location: Lubbock, Texas Contractamount $2,437,000 Owner/Chent City of Wolfforth Type of work performed: Pump Station Job location: Woffforth, Texas C:ontractamount $247,000 Resume = Dun W. Steele - Paget Public Schools Projects OwnedClient Texas Tech University Type ofwork performed: TV Transmitter Building Expansion Job location: Lubbock, Texas Cormact amount: $237,000 Owner/Client: South Plains College Type ofwork performed: Texan Dome Catwalk and Lighting Upgrade Job location: Levelland, Texas Conhactamount $540,000 Owner/Client: Roosevelt I.S.D. Type ofwork performed: Design / Constrwtion Management Job location: Acuff, Texas Contractamount $N/A Elementary school addition, Administration building, Parking lot, Classroom remodel, High School library and Home Economics Center, Middle School addition and Gymnasium. Commercial Projects OwnedClient City of Lubbock _ Type ofwork pefformed: Pedestrian Mali and Fountain Job location: Lubbock., Texas Contract amount $419,500 Owner/Client City of Lubbock Type of work performed: Concrete and Fountain Repairs at Civic Center Job location: Lubbock, Texas Ca�amount $195,000 Owner/Client Caprock Manufacturing Type ofwork performed: 12,000 SFT Warehouse Job location: Lubbock, Texas Contract amount $160,000 Owner/Client Lubbock Cotton Growers Type ofwork performed:. Office Job location: Lubbock, Texas Contract amourfi $125,000 Food Service and Processing Projects Owner/Client Type of work performed: Job location: Co A act amount Owner/Client Type of work performed: Job location: Contract amount Owner/Client Type of work performed: Job location: Contract amount Owner/Client Type ofwork performed: Job location: Contractamount Owner/Client Type of work performed: Job location: Contrw amount Resume = Don W. Steele - Page 7 Frito-Lay, Inc. Various projects Lubbock, Texas $N/A Have executed 23 separate projects totaling in excess of $1.35 million. Projects include installation of machinery for product handling, preparation and processing Projects also include Nitrogen Injection System, Chilled Water System, and Wastewater pH Control System. Cafetezia Operators Chilled Produce Line Lubbock, Texas $79,000 Gar .Is Frozen Foods Chilled Water System and Process Line Lubbock, Texas $75,000 Nabisco Brands, Inc. Concrete Foundations Houston, Texas $580,000 Southwest Canners, Inc. Install Boiler and Process Piping Pottales, New Mexico W'000 IN 3710 65TH STREET • LUBBOCK, TX 79423 PHONE (806) 792-1619 • PAX (806) 745.4511 • 6-MAIL: ■tevco®browomckoe.eoo STEVE OLES WORK EXPERIENCE 2002 - present Blown -McKee, Inc. Lubbock, TX Supenintasrdwrt ■ Superintendent for City of Raps Severe Weather Storm Shelter, ■ Civil Superintendent for 450 TPD Sulfuric Acid Plant. r On -going Campus -Wide job Order Contract With Texas Tech University for 6 years. w Hutton Constriction, Lubbock Heart Hospital remodel and addition. . Covenant Hospital new construction and wayfnding project renovations. ■ United Rentals new building construction, yard and parking lot. ■ &yer CropScience remodel lab facilities and new construction 1998-2002 Go Home Improvement Abilene, TX Onarar/Oparotor ■ All aspects of new additions and remodeling including general carpentry, concrete finishing, Beaming and drywall, punting+ eta 1988&1"8 Cary Gwinn Construction Abilene, TX ■ Carpenter on new construction and remodels. ACCREDITATIONS AND LICENSES Qualified Operator — Powder Acutated Tools 2002, Sargeant C1P Program Certified Installer 20K ] J. Keller Heavy Terrain Forklift Certified Operator 2003 COURSES Basic Field Training & Installation of Fimstopping Products, Rectarseal, 2003, Forklift Safety Training 2003, AGC of Texas Certified Substance Abase Mgmt Education & DOT Regulatory Compliance Training 2002, AGC Highway, Heavy, Utilities & Industrial Branch Safety & Health 2002, Pipeline Group Public Education — Contractor safety & Awareness Certification 2004. Lubbock, Texas 79452-3279 906 Slaton Road 79404 Daniel Izzard — Project Manager/Superintendent Education: Texas Tech University, Bachelor of Science Lubbock, TX Major: Engineering Technology, with concentration in Construction Specialization, GPA: 3.719 Minor: Mathematics Honors: Magna Cum Laude Trinity Christian High School Lubbock, TX Experience: 3/07-Present Brown -McKee, Inc. Lubbock, TX Project Manager/Superintendent -Project Management — Scheduling Work, Purchasing Materials, Hiring Subcontractors, & Oversight of Project -Project Supervision — Construction Site Supervision & Coordination of work on site Projects: 2007 — Sulfuric Acid Plant (Plainview, TX) — Assistant Project Superintendent 2007 — Global Pumps Overhead Crane Repair (Abernathy, TX) — Project Manager 2007-2008 — City of Lubbock Pump Station #15 — Project Manager & Project Superintendent 2007-2008 — Reverse Osmosis System Installation (Levelland, TX) — Project Manager 2008 — LP&L Northwest Substation Foundations — Project Manager & Project Superintendent 2008-2009 — Sudsy Springs Car Wash Reconstruction — Project Manager 2009 — Minsa Corporation Silo Foundation (Muleshoe, TX) — Project Manager & Project Superintendent 2009-2010 — TxDOT Equipment Sheds (9 Various Locations) — Foundation Superintendent 2010 — Bailey County Electric Coop. Foundations (Muleshoe, TX) — Project Superintendent 2010 — Farmer's Coop. Compress (2) Cotton Bail Storage Buildings (Levelland, TX) — Project Superintendent 2010 — Monsanto Equipment Removal (Hale Center, TX) — Project Superintendent 2010 — Monsanto Haskell Phase II Building (Haskell, TX) — Project Manager & Project Superintendent JI U H_ 2010-Present — Atlas Roofing Boiler Building (Daingerfield, TX) — Project Superintendent 2/05-3/07 USDA — Agriculture Research Service Lubbock, TX Biology Science Aid -Conduct field and lab work and tests -Collect and analyze data -Shop work (design and build field equipment) 12/04-2/05 Texas Forest Service Lubbock, TX Field and Green House Assistant -Plant seed and harvest trees Certifications: Fall Protection Certified Forklift Operator Geothermal Heat Pump IGSHPA Accredited Installer Professional Organizations: Associated General Contractors of America Skills: Self starter and task completion oriented Mathematically and mechanically inclined Proficient in Microsoft Word, Excel, and Power Point Equipment Operator Concrete Finisher Carpenter Iron Worker Equipment Installer Pipe Fitter Interest: Construction, Farming, Athletics References: Available upon request David Blair Willson 222317" St. Lubbock, TX 79401 Personal: Family Status: Married 31 years with three (adult) children Occupation: Project Manager for Brown McKee, Inc., Lubbock., Texas Education: Bachelor of Architecture / Structures Option / Texas Tech University, Graduated December of 1981. Work History: Currently: Project Manager for Brown McKee, Inc., Lubbock, Texas, since September 2005. Parsons Wireless Group: Construction Manager / May 2005 — July 2005 Willson Telecom Services: Owner / 2004-2005 Goodman Networks: Department Manager / 2003-2004 David Wood Construction: Construction Superintendent 2002 — 2003 CHR Solutions: Senior Architectural Specialist / 1997- 2002 Work Description: Manage the construction process of various projects from estimating and bid package preparation, through submittals, construction, and close out documents. Manage the day to day activities of superintendents, and procure materials for their use on each project as required. Provide technical expertise via the problem solving process to field personnel and subcontractors, via written, oral, and prepared drawings. Prepare documentation for changes to the contract. Communicate with clients, engineers, architects, and subcontractors to manage each project to a successful conclusion. Participate in the programming and design process as required for preparation of design / build projects. Prepare proposal packages for industrial, agricultural, educational, medical, public and fi private projects. Occasionally act as superintendent, as required. Manage each assigned project to successful completion, through effective application of scope, schedule and budget techniques. Work Experience: Extensive construction background, beginning as a child working in a family owned lumber yard in Plainview, Texas, to graduation from Texas Tech University with a degree from the College of Engineering. The retail lumberyard experience continued for many years, combined with residential construction projects in Plainview and surrounding communities. Later experience involved the construction of several wireless telephone systems, the largest of which was Alamosa PCS. Serving as technical specialist, more than thirteen switch facilities and nine hundred cell sites were located, designed and constructed during this time, making Alamosa PCS the largest Sprint affiliate. Additional wireless projects, totaling more than two hundred sites were constructed for such nationally known carriers as Sprint, Cingular Wireless, Western Wireless, Nextel, Nextel Partners, Georgia Independent PCS, Savannah Independent PCS, and Duke Energy. Since employment at Brown McKee, such diverse projects as large landscape projects, hospital renovations, new warehouses, office renovations, and Job Order Contract projects have been constructed. Following is a description of projects completed with a brief description. Educational Projects: Reese Building 250 Renovations (classroom renovations) ME Room 133 Renovations (laboratory addition) TTU Agricultural Barn (building extension) Biology Lecture Hall (facelift and ADA compliance) Education Room 001 (classroom renovations) Civil Engineering Lab Renovations (classroom & storage addition) Poultry Processing (Line renovations and safety upgrades) Wind Tower Foundation (Reese Center) Experimental Science Rm 7 (Laboratory electrical upgrade) Student Media Loading Ramp (ADA upgrade) Reese Building 250 and 350 (classroom & office renovations) Bistro (Restaurant upgrade) TTU Housing (remodel and office addition) Grantham (New 30,000 sf office & warehouse) Plainview ISD Ag Barn (new facility) Industrial Projects: AMX Communications (cellular tower foundation) LPL NW Sub Station Control Building (new building) Y Transit Mix (Truck maintenance building renovations) MJM Group (cellular tower foundation) City of Lubbock (585' communications tower) Warehouse Projects: J & B Industrial 2005 (10,000 sf warehouse) A J & B Industrial 2006 (10,000 sf warehouse) J & B Industrial 2009 (15,000 sf warehouse design) Pioneer Hi -Bred International (warehouse renovations) Global Pumps and Equipment 2007 (warehouse renovations) Bayer CropScience (warehouse renovations) r 1 s i Global Pumps and Equipment 2008 (warehouse renovations) GICON Pumps & Equipment Lubbock (warehouse addition & renovations) GICON Pumps & Equipment Abernathy (maintenance upgrades) State of Texas Projects: Hockley County (equipment cover) Storage sheds (nine locations throughout Texas) Landscape Projects: Covenant Wayfinding Project City of Lubbock McAllister Park Improvements Medical Projects: Lubbock Heart Hospital (interior remodel) Agricultural Projects: Bayer Crop Science DNA Lab (design) Triumph Seed 2008 (office remodel) Triumph Seed 2008 (site renovations) 3 sj �_a i Larry Rasco Brown McKee Inc. 13705 S FM 179 906 Slaton Road Wolfforth, Texas 79382 Lubbock,Texas 79452 (806) 790-1273 Cell Phone 806-745-4511 Office EDUCATION: Graduate — Lubbock High School Certification — Emergency Medical Technician 1974-2007 active duty Certification — Basic Firefighter State of Texas 1972-2007 active duty High Angle Rescue Instructor Certification — Haz-mat & Asbestos abatement Numerous TPC courses OSHA 30 Hour Construction Course OSHA Construction Excavation Safety Course OSHA Construction Electrical Safety Course OSHA Construction Crane Safety OSHA Construction Fall Protection Safety Course PERSONAL: American Red Cross for 30 years Volunteer Fire Fighter for 28 years Emergency Medical Services for 27 years American Heart Board for 10 years Emergency Management Coordinator for the City of Muleshoe & Bailey County for 4 years Board of South Plains EMS for 3 years Critical Incident Team of the South Plains for 4 years Member of Associated General Contractors of America Master Gardener of Texas EMPLOYMENT: September 2010 --Present Brown McKee Inc. Safety Director July 2007 ---- September 2010 Retired November 1972 — July 2007 XCEL ENERGY LUBBOCK, TEXAS 1985-2007 ----- Retired Safety consultant: responsible for all safety functions of plant. Including but not limited to audiometric testing, respiratory protection, maintaining OSHA specifications, workers compensation, provided injury statistical analysis, emergency response team incident commander, high angle rescue instructor, computer base training of all employees, conducted internal safety auditing of work conditions/practices for facility, defensive driving instructor, haz-mat and asbestos abatement 1978-1985 Plant Maintenance Journeyman: responsible for all plant maintenance. 1972-1978 i Plant operator: responsible for daily operations of plant. { r,. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agcnt/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contractor (Original Signature) Af� P. ole5s. Contractor (Print) CONTRACTOR'S FIRM NAME: / 3A0,", / AAC (Print or Type) CONTRACTOR'S FIRM ADDRESS: /� ®� 30,72 ZC14 6,0 % }p T Name of Agent/Broker: T. C. MA F EF d 6 0/ Y Agent / Broker (Signature) U e y f Address of Agent/Broker. J �^e ^ �A VC G City/Statrjzip �., 1� 4oc- 6 - 07 7 Joi Agcnt/Broker Telephone Number. (806) / & 3 — S 3 r Datc: s2 — T 0 NOTE TO CONTRACTOR ( If the time requirement specified above Is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing and Contract Management for the City of Lubbock at (806) 775-2572. RFP l 1-9981-DD STORM WATER VAULT IMPROVEMENTS SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the Mowing written definition and criteria for accurately determining the safety record of a offeror prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a offeror for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidents involving worker`safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the offeror for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department- (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of corporate officers and employees of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of g potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO� If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: _ Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. I QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice o enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO__,�/ 11 If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock .-,;, with its proposal submission, the following information with respect to each such conviction: i Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if[, I any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily in�J'inY or death? t YES NO� If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in I my statements and answers to questions. I am aware that the information given by me in this questionnaire will be 1-J investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. ,Q Signature Title r� R SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services A'3 equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: 131EOUW h-) 4- CV , 1 N & FEDERAL TAX ID or SOCIAL SECURITY No. og o (o 41 4o- Signature of Company Official: Printed name of company official signing above: th I Kf _ (2 US Date Signed: :2- r/ S -" This page intentionally left blank LIST OF SUB -CONTRACTORS This page intentionally left blank �l PROPOSED LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No 1. / �,�i/'t '�S�/t� S 6,^,xd c q ❑ '--4 2. ❑ f 4. G 5. ❑ ❑ 6. ❑ ❑ 7. 0 8. ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. D ❑ 15. ❑ 16. D ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP-11-9991-DD - STORM WATER VAULT IMPROVEMENTS .i This 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 This page intentionally left blank P ,- +D LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No 1. ��i��1'�1� Crr�✓�i�c7.�r.J p � �i 2. 3. 4. 5. 6. 0 0 7. 0 C 8. 0 0 9. 0 _. U 0 I2. 0 El 13. 0 0 14. ❑ 0 15. r 16. G n THIS FORM SHALL BE COMPLETED AND RETURNED ALONG VVITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP-11-9991-DID - STORM WATER VAULT IMPROVEMENTS f This page intentionally left blank PAYMENT BOND This page intentionally left blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) BOND NO. 54-166913 KNOW ALL MEN BY THESE PRESENTS, that BROWN—MCKEE, INC. Principal(s),as Principal(s), and UNITED FIRE & CASUALTY COMPANY (hereinafter called the (hereinafter called the Surety(s), as St t(s�1ffAbVA6n+&*bqpfl68► f ��,u }Awoinafter called the Obligee), in the amount of TWO D0T'TJ%RS & N01- 00---- 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 22nd day of March 2011, to RPP-11-9981—DD STORM WATER VAULT IMPROVEMENTS and said Principal tinder 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 frill 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 7TH day of _ APRIL 2011. UNITED FIRE & CASUALTY COMPANY Surety 1 *By: b-3��Q—S� (Title) DEEDEE BRINKER ATTORNEY —IN —FACT BROWN—MCKEE, INC. (Company Name) By: MIKE P OLE S (Printed Name) /-n (Signature) PRESIDENT (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates DEEDEE BRINKER 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. UNITED FIRE & CASUALTY COMPANY Surety *By: (Title)DEEDEE BRINKER ATTORNEY —IN —FACT Approved as to form: City of Lubbock By: City At r * 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, a copy of power of attorney shall be provided to the City of Lubbock. PERFORMANCE BOND r This page intentionally left blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) BOND NO. 54-166913 KNOW ALL MEN BY THESE PRESENTS, that BROWN—MCKEE , INC. (hereinafter called the Principal(s),as Principal(s), and UNITED FIRE & CASUALTY COMPANY _1 hereinafter called the Surety(s), as Suret aff&&�V 1yM�olTg6,8SgAkbCf uW�ft einafter called the Obligee), in the amount ofTWn nnT.T.ARS AND tJn/1 ��------ oars 2 2,.00�* 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 22nd day of March 201 1, to RFP-11-981—DD STORM WATER VAULT IMPROVEMENTS 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 frill 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 this7THday of APRIL , 2011 UNITED FIRE & CASUALTY COMPANY Surety _ * By: LA4.e (Title) DEEDEE BRINKER ATTORNEY —IN —FACT BROWN—MCKEE, INC. (Company Name) By: MIKE P. OLES (Printed Name) (Signature) PRESIDENT (Title) : lr The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designatesDEEDEE BRINKER 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. UNITED FIRE & CASUALTY COMPANY Surety (Title) DEEDEE BRINKER ATTORNEY —IN —FACT Approved as to Form City of Lubbock By: City torney * 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, a copy of power of attorney shall be provided to the City of Lubbock. C United Fire Group® IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: United Fire & Casualty Company United Life Insurance Company Addison Insurance Company Lafayette Insurance Company United Fire & Indemnity Company United Fire Llovd You may call United Fire & Casualty Company's toll free telephone number for information or to make a complaint at: 800-343-9130 You may also write to United Fire & Casualty Company at: United Fire & Casualty Company Attn: Bond Department P.O. Box 73909 Cedar Rapids, IA 52407-3909 -or street address - United Fire & Casualty Company Attn: Bond Department 118 Second Avenue SE Cedar Rapids, IA 52401 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.48, Governmental Code, and Section 53-202, Property Code, effective September 1, 2001. BOND0012 0901 HOME OFFICE: 118 Second Ave. SE, PO Box 73909, Cedar Rapids, IA 52407-3909 Phone: 319-399-5700 FAX: 319-399-5425 No Text No Text CERTIFICATE OF INSURANCE A This page intentionally left blank ac� ® DATE(�DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 4/7/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION 18 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 Ileu of such endorsement(s). PRODUCER CONTACT J . E . MURF'EE & SON INSURANCE PHONE FAX 1310 Texas Ave ILExtk (806) 763-5311 AIC Na (806) 763-0863 ADDRESS: Lubbock TX, 79401 INSURERIS) AFFOR004 COVERAGE NAIC8 INSURED Brown -McKee, Inc. and Precision Drilling & Whisper Energy LLC P.O. Box 3279 Lubbock, TX 79452 COVERAGES CERTIFICATE NUMBER: A:Travelers Lloyds Ins. Co. 41262 B;Phoenix Insurance Company :Texas Mutual Ins. Co. 22945 O:Travelers Lloyds Ins. Co. 41262 REVISION NIIMRER- 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. L NTR TYPE OF INSURANCE JW WVQ POLICY NUMBER MM/DWYYYY MM1DD/YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE D OCCUR Y Y DTC0492D7257TLC11 1/1/2011 1/1/2012 EACH OCCURRENCE S 1 000 000 PREMISES Ea ti=rvenrel S 300,000 MEDEXP(Any one person) S 5,000 PERSONAL BAOVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- I LOC GENERAL AGGREGATE S 2,000,000 PRODUCTS - COMPlOP AGG s 2,000,000 $ B AUT041001LE LIABILITY X ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS X HIRED AUTOS X AUTO W NED Y Y BA873CO8011CNS 1/1/20111/1/2012NON-O Es accident S 1,000,000 BODILY INJURY (Per Person) S BODILY INJURY tPer accident) S DAMAGE Per accident s S UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S -D—EDT1 RETENTION $ $ I C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUnVE YIN OFFICER/MMBER EXCLUDED? IMAndatary In NM I(yes, descnbe under DESCRIPTION OF OPERATIONS tielow NIA Y TSF000120761620300101 1/1/2011 1/1/2012 X I AC STATU- ER LIMITS I E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYE S 1,000,000 E.L. DISEASE -POLICY LIMIT S 1,000,000 D Contractor's Equipment Rented or Leased QT6601405M437TLC11 1/1/20111/1/2012 $750,000 Per Item DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101. Additional Remarks Schedule, if mare space Is requaad) Subject: ITB-11-9981-DD Storm Water Vault Improvements. See attached. CERTIFICATE HOLDER CANCELLATION City of Lubbock, c/o City of Lubbock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Purchasing & Contract Management THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1625 13th St., Ste. 204 ACCORDANCE WITH THE POLICY PROVISIONS Lubbock, TX 79401 AUTHORIZED REPRESENaott JF���IrF�V AC C 1988-2010 AC RD CORPORATION. All rights reserved. ACORD25(2010/05) The ACORD name and logo are registered marks of ACORD ACORU® AGENCY AGENCY CUSTOMER ID: LOC tf: ADDITIONAL REMARKS SCHEDULE Page 2 of 2 MMEOMBUREO - Brown -McKee, Inc. and Precision Drilling and Whisper Energy, LLC P.O. Box 3279 Lubbock TX 79452 EFFECWE OATS: gee Attached ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 1-1 25 FORM TITLE: Certificate of Liability Insurance Description of Operations: Blanket Additional Insured and per project aggregate limit endorsements are attached to the GL policy as required by written contract. GL policy is primary and non-contributory. Blanket Additional Insured Endorsement attached to the Auto policy as required by written contract. Blanket Waiver of Subrogation Endorsement attached to GL, Auto & WC policies as required by written contract. GL policy has Contractual Liability coverage as defined in the policy, subject to policy terms, conditions and exclusions. Explosion, collapse and underground damage is included under the GL policy. ACORD 101(2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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 comnanv_ the further hereinafter described- Excentions to standard nnlicv noted hereon. TYPE OF INSURANCE POLICY EFFECTIVE EFFECTIVE LIMITS NUMBER 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) $ Mod Exp (Any one Person) $ AUTOMOTIVELIABILITY ❑ 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 LUBILITY ❑ 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/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident Officers are: Disease Policy Limit $ Disease -Each Employee $ UI NER 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. (Name of Insurer) THREE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK Title: THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION _ IN FAVOR OF THE CITY OF LUBBOCK. AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERSCOMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTOR INSURANCE CHECKLIST l 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; 1.1 (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional �. words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSEBELITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PROJECTS 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) - (IT), with the certificate of coverage to be provided to the person for whom they are providing services. This page intentionally left blank CONTRACT This page intentionally left blank CONTRACT 9981 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 22"d day of March 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 Brown McKee, Inc. of the City of Lubbock, County of Lubbock, and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP-11-9981- DD STORM WATER VAULT IMPROVEMENTS 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. proposal dated 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: ID12.0 e-y45 6 . %'& By: PRINTED NAME: TITLE: fJ e_ 6 COMPLETE ADDRESS: Companil� la - G'� C' 4 1 AIC Address S City, State, Zip¢ . Corporate Secretary CITY OF BOCK, TE S(OWNER): By: MAYOR ATTEST: City Seketary APPROVED AS TO CONTENT: Owner's Representative (� ATTEST: A Marsha Reed, Chief Operations Officer APPR AS TO FORM: orney FJ a This page intentionally left blank GENERAL CONDITIONS OF THE AGREEMENT v This page intentionally left blank GENERAL CONDITIONS OF THE AGREEMENT I 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 Brown -McKee, Inc. 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 Mike Keenum, Storm Water Engineer, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office 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. a 8. CONTRACTOR'S RESPONSIBILITIES ril 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. 1 All work shall be done and all materials funished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall 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 copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall 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 are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. . 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative 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 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 bome by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, 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 are 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 Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. 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 shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction 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 a 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; 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. _ 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 shall 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 bid, 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 iJ 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 bids are received, and if no such i notice is received by the Owner's Representative prior to the opening of bids, then it shall be.0 deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding 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 bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, 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 shall 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. t- PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME PARKHILL SMITH AND COOPER AND THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED 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 WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured (to include products and complete operation) 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 Personal & Adv. Injury Contractual Liability Heavy Equipment XCU Endorsement B. 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 15ftO,000 Combined Single Limit, to include all owned and non - owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. (Any auto) C. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED D. Umbrella Liability Insurance - NOT REQUIRED E. Professional Liability Insurance - NOT REQUIRED F. 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. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the 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 must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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 shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a 1 person may verify coverage and report lack of coverage. _ l 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 shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an --> authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid 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 governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512- 804-4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on 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 insurance carrier or, in the case of a self - insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of -- any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, 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 Offices, 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 infiingement to the Owner's Representative prior to bidding. 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 all of its Offices, 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 bidding 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 therefrom. 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 contract documents, 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 $ 25 TWENTY-FIVE DOLLARS 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. 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 bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's 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 bid 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 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. 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. 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 bids offered for the work. In the event the amount of work to be done and materials to be famished 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 a 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 famished on the project. 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 any of its Offices, 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 bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. t� The determination of the partial payment by the Owner's Representative shall be in accordance with 1 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. 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 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative 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 after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 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. 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 -R 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 °l 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 (I) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of 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 g 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 bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LHVHTATION ON CONTRACTOR'S REMEDY ; ,t The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. .BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as 1'. 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 fluids 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. This page intentionally left blank f H DAVIS-BACON WAGE DETERMINATIONS This page intentionally left blank H Li GENERAL DECISION: TX20100028 03/12/2010 TX28 Date: March 12, 2010 General Decision Number: TX20100028 03/12/2010 Superseded General Decision Number: TX20080028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 03/12/2010 * SUTX2004-001 11/09/2004 Rates Asphalt Distributor Operator...$ 9.25 Asphalt Heater Operator ........ $ 11.21 Asphalt paving machine operator$ 11.16 Asphalt Raker ..................$ 9.51 Broom or Sweeper Operator ...... $ 8.57 Bulldozer operator ...........$ 9.76 Carpenter ......................$ 12.61 Concrete Finisher, Paving......$ 13.26 Concrete Finisher, Structures..$ 11.20 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 Electrician ....................$ 17.00 Form Builder/Setter, Structures$ 9.26 Form Setter, Paving & Curb ..... $ 9.82 Front End Loader Operator ...... $ 10.52 Laborer, common ................ $ 8.51 Laborer, Utility ...............$ 10.46 Mechanic .......................$ 16.85 Motor Grader Operator Rough .... $ 11.75 Motor Grader Operator, Fine Grade ..........................$ 13.50 Planer Operator ................$ 13.36 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 Scraper Operator ...............$ 8.50 Servicer .......................$ 8.98 Slip Form Machine Operator ..... $ 13.64 Tractor operator, Pneumatic .... $ 12.00 Traveling Mixer Operator ....... $ 12.00 Truck driver, lowboy -Float ..... $ 12.67 Truck driver, Single Axle, Fringes 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... -------------------------------------------------------------- $ 8.28 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)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour 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 Ll 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: x. j j i f t_ 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, g 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 This page intentionally left blank 9 [ - i SPECIFICATIONS r This page intentionally left blank Specifications city of bock TEXAS City of Lubbock, Texas Storm Water Vault Improvements July 2010 PARKHILLSMITH&COOPER PSC Project # 01267309 No Text TABLE OF CONTENTS BIDDING REQUIREMENTS AND CONTRACT INFORMATION DIVISION l - GENERAL REQUIREMENTS 01020 Measurement and Payment........................................................................................................4 01027 Applications for Payment.......................................................................................................... 2 01028 Change Order Procedures..........................................................................................................3 01039 Coordination and Meetings........................................................................................................2 01 100 Summary of Work .......................... ........................................................................................... 3 O1140 Work Restrictions .......................... 01330 Submittal Procedures.................................................................................................................5 01356 Storm Water Pollution Prevention Plan(SWP3).......................................................................2 01400 Quality Requirements................................................................................................................4 01420 .............................................. References................................................................................ ... 5 01500 Temporary Facilities and Controls............................................................................................. i 01555 Barricades, Signs and Traffic Handling..................................................................................... 1 01576 Waste Material Disposal............................................................................................................2 01600 Product Requirements................................................................................................................ 2 01700 Contract Closeout......................................................................................................................2 DI VISION 2 - SITE WORK 02082 Pre -Cast Concrete Vaults......................................................................................... .............4 02084 Frames, Grates, Rings and Covers............................................................................................. 2 02260 Excavation Support and Protection............................................................................................ 3 02317 Excavation and Backfill for Vaults and Utilities....................................................................... 6 02318 Borrow........................................................................................................................................3 02320 Utility Backfill Materials...........................................................................................................4 02920 Lawns and Grasses.................................................................................................................... 6 DIVISION 3 - CONCRETE 03300 Cast-ln-Place Concrete............................................................................................................ 12 DIVISION 4 - MASONRY Not Used 01267309 TABLE OF CONTENTS 07;10 DIVISION 5 - METAL 05500 Metal Fabrications..................................................................................................................... 4 05530 Gratings.....................................................................................................................................4 DIVISIONS 6 -15 Not Used DIVISION 16 - ELECTRICAL 16000 Electrical General Provisions.....................................................................................................4 16111 Conduit......................................................................................................................................3 16120 Wire and Cable..........................................................................................................................3 16170 Grounding and Bonding............................................................................................................ 3 16190 Supporting Devices....................................................................................................................2 DIVISION 17 - INSTRUMENTATION 17000 General Requirements for Instrumentation................................................................................ 6 17030 Reference Forms........................................................................................................................ 6 17160 Cabinets and Enclosures............................................................................................................ 4 17230 Transmitters and Process Switches............................................................................................ 4 17235 SCADA Equipment...................................................................................................................3 01267309 TABLE OF CONTENTS TOC - 2 07/10 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 16 - ELECTRICAL 16000 Electrical General Provisions 16111 Conduit 16120 Wire and Cable 16170 Grounding and Bonding 16190 Supporting Devices DIVISION 17 - INSTRUMENTATION 17000 General Requirements for Instrumentation 17030 Reference Forms 17160 Cabinets and Enclosures 17230 Transmitters and Process Switches 17235 SCADA Equipment 7/13/2010 01267309 DESIGN PROFESSIONAL RESPONSIBILITY MINT - 1 07/10 SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SCOPE A. This section covers the method of measurement and payment of the items required for the construction of the project. The unit price bid on each item stated in the Bid Form shall include furnishing all labor, superintendence, machinery, materials, equipment and incidentals necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans and called for in the specifications for which no separate payment is made shall be included in the bid price on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. A. Payment will be made at the lump sum price bid for Mobilization for the project. This lump sum price to be paid prior to substantial completion will be a maximum of 5% of the total amount bid for the project. Any amount bid above the 5% of the total bid for the project will be eligible for payment upon substantial completion of the entire project. Partial payment can be requested under this item. 1.4 DEMOLISH CONCRETE VAULTS AND SAMPLE TUBES A. Payment will be made at the unit price bid for the demolition and removal of existing storm water sampling vaults and direct buried sampling tubes at vault locations A, B, and C. This item shall include all items associated with the removal of equipment in the vaults, the vaults and sampling tubes that do not have a separate pay item identified. Any equipment removed shall be provided by the contractor to the City of Lubbock All equipment not wanted or needed by the city and all other items demolished and removed will become the Contractor's responsibility for disposal. 1.5 STORM WATER SAMPLING STATION A. Payment will be made at the unit price bid for each storm water sampling station furnished and installed. This item shall include all items that do not have a separate bid item but is not limited to the excavation required for the station structure, the bedding and backfill, french drains, cast -in -place base slab, pre -cast vault, floor gratings, hatches, stairs, PVC pipe connections to the storm sewer pipe, erosion control measures, seeding or sodding, erosion control practices, and watering. The quantity eligible for payment shall be the number of storm water sampling stations furnished and installed in accordance with the 01267309 MEASUREMENT AND PAYMENT 01020 -1 07/10 f' t> plans and specifications (vault sampling/monitoring equipment, under separate pay items. 1.6 FALL — THROUGH SAFETY GRATE locations A, B and Q. Demolition of existing vault and safety and communication upgrades are covered A. Payment will be made at the unit price bid for each fall -through safety grate furnished and installed at all five vault locations (A, B, C, D, and E). Work to include retrofit of existing vaults D and E with safety grating, and addition of safety grating at new vault locations A, B, and C as depicted and described in the project drawings and specifications. Payment will include all equipment, material, labor, and superintendence necessary to install the safety grates. All other items not specifically listed will be considered incidental to this item. 1.7 CONCRETE STEPPING BLOCK A. Payment will be made at the unit price bid for each 2' x 2' x 12" reinforced concrete stepping block installed at all five vault locations (A, B, C, D, and E). Work to include all excavation, subgrade preparation, reinforcing, and placement and finishing of concrete as depicted and described in the plans and specifications. Payment will include all equipment, material, labor, and superintendence necessary to install the concrete stepping block. All other items not specifically listed will be considered incidental to this item. 1.8 EXTERIOR SAFETY HANDRAIL A. Payment will be made at the unit price bid for each Speed -Rail exterior safety handrail installed. at vault locations A, B, C, and D. (Handrail is in place at vault location E and so no work is required at this location). Payment will include all material, labor, equipment, and superintendence necessary to install handrail as depicted and described in the plans and specifications. All other items not specifically listed will be considered incidental to this item. 1.9 REFRIGERATED AUTO SAMPLER A. Payment will be made at the unit price bid for each ISCO Refrigerated Auto Sampler furnished and installed at vault locations A, B, and C. Payment will include all equipment, material, labor, and superintendence necessary to install the refrigerated auto sampler. All other items, not including sampling, tubing, and other carrier pipers not specifically listed will be considered incidental to this item. 1.10 FLOW METERS A. Payment will be made at the unit price bid for each flow meter removed, upgraded for wireless radio communication, and installed at vault locations B and D and additional spare flow meters owned by the City of Lubbock. Flow meters in vault locations A, C, and E have previously been upgraded for wireless communication, so no equipment upgrades are necessary at these locations. Work will include removal of flow meters from vault locations A, B, C, and D, equipment upgrades to flow meters at Vault locations B and D, reinstallation of flow meters at Vault locations A, B, C, and D, and equipment upgrades to three spare flow meters currently owned by the City of Lubbock and used for sampling purposes. Payment will include all equipment, material, labor, and superintendence 01267309 MEASUREMENT AND PAYMENT 01020 - 2 07/10 necessary to install the flow meters. All other items, including air tubing, not specifically listed will be considered incidental to this item. �~ 1.11 INSTALLATION OF NEW SCADA SYSTEM AT STORM WATER VAULT A. The removal and replacement of the existing SCADA phone based control equipment with a serial data radio 1/0 based SCADA system shall be paid on a lump sum basis for all work associated with the removal and replacement. Work to include removal and replacement of conduit, cabling, antenna, antenna coaxial cabling, RTU enclosure, serial data radio, hazardous gas monitors and all other incidental and subsidiary items necessary to construct a completed facility as depicted and described in the project drawings, specifications and pre -bid addenda. Item shall include items not specifically called out in other pay items that are considered part of Vault RTU or SCADA system and shall be included in the lump sum price bid for the Vault RTU and SCADA system removal and replacement. 1.12 INSTALLATION OF NEW ELECTRICAL EQUIPMENT AT STORM WATER VAULT A. The installation of new electrical equipment from the existing utility meter to the newly constructed storm water vault shallbe paid on a lump sum basis for all work associated with the installation. Work to include the procurement and installation of trenching for new conduit, new service disconnect, new electrical load center(s), new light/door switch(s), new exhaust/supply fan(s), new conduit, conductors and all other incidental and subsidiary items necessary to construct a completed facility as depicted and described in the project drawings, specifications and pre -bid addenda for Vaults A, B & C. Item shall include items not specifically called out in -other pay items that are considered part of Vault A. B & C electrical service and shall be included in the lump sum price bid for the electrical service installation. 1.13 SCADA CONSULTANT PROGRAMMING AND COMMISSIONING A. Contractor shall provide the services of Wunderlich-Malec Engineering as a Control Systems Integrator to provide programming and commissioning of the RTU PLCs, and integrating the new RTU information with the existing Wastewater Plant HMI system. Work will include programming the new RTUs,modification and addition of HMI screens to monitor new RTU sites, and configuring the radio links from each RTU to the Wastewater Treatment Plant. 1.14 FINAL CLEANUP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include among other things, removing all construction materials and repairing the sites of the work to the original condition in an orderly manner. B. The cost of cleanup shall be included as a part of the cost of mobilization and the various items of work involved and no direct compensation will be made for this work. 01267309 MEASUREMENT AND PAYMENT 01020 - 3 , 07/10 ii PART 2 - MATERIALS Not Used PART 3 - EXECUTION Not Used 01267309 07/10 END OF SECTION MEASUREMENT AND PAYMENT 01020-4 Fill SECTION 01027 APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 — Measurement and Payment. D. Section 01028 - Change Order Procedures: Procedures for changes to the Work. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number, Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Payment Period: Submit at intervals stipulated in the Agreement. 01267309 APPLICATIONS FOR PAYMENT 01027 - 1 07/10 [.-1 1.7 SUBSTANTIATING DATA A When Engineer requires substantiating information, submit data justifying dollar amounts in \\ question. A Provide one copy of data with cover letter for each copy of submittal. Show Application number and dat«and line item bnumber and d@cripbo. � PART2-PRODUCTS Not Used PART 3.EXECUTION Not Used i END OF SECTION � (2 � . C< /\ � � 01267309 . APPLICATIONS FOR PAYMENT 010 7-2 \\ 0 a 0 �� SECTION 01028 CHANGE ORDER PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Construction Change Authorization. E. Stipulated Price change order. F. Unit price change order. G. Time and material change order. H. Execution of change orders. I. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01027 - Applications for Payment. C. Section 01330 - Submittal Procedures. D. Section 01600 - Product Requirements. E. Section 01700 - Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the. Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 01267309 CHANGE ORDER PROCEDURES 01028 -1 07/ 10 [1 5. Credit for deletions from Contract, similarly documented. 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Owner will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Owner may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Owner, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Owner may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Owner. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 01267309 CHANGE ORDER PROCEDURES 01028 - 2 07/ 10 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Owner will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267309 CHANGE ORDER PROCEDURES 01028 - 3 07/10 .3 r { SECTION 01039 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions ofthe Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Progress meetings. C. Preconstruction meeting. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications 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. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Owner will schedule a meeting with the required attendees. B. Attendance Required: Owner, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Security and housekeeping procedures. 11. Procedures for testing. 12. Procedures for maintaining record documents. 13. Inspection and acceptance of equipment or improvements put into service during construction period. 14. Other items as deemed necessary by Owner. D. Owner will record minutes and distribute copies to participants. �.. 01267309 COORDINATION AND MEETINGS 01039 - 1 07/10 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum two week intervals. B. Owner will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Owner will record minutes and distribute copies to participants. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267309 COORDINATION AND MEETINGS 01039 - 2 z 07/10 t_ s, 7 � 1 t SECTION 01100 SUMMARY OF WORK PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents. B. Contract. C. Work sequence. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of storm water vault improvements. 1. Project Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Work Summary 1. Project consists of improvements to five existing storm water sampling vaults at various locations and connected to various storm drains around the City of Lubbock The work to be performed at each vault includes: a. Vault A: Atzlan Park (1st Place & Avenue D: 1) Removal of existing sampling equipment. City will have the option to keep equipment for reuse. 2) Removal of existing flow meter and reinstallation in new vault. No upgrades will be required to this flow meter. 3) Demolition and removal of existing concrete vault and sampling tubes. 4) Installation of new vaults, safety and access features, sampling equipment, and existing flow meter. 5) Installation of SCADA equipment to provide wireless communication to Wastewater Treatment Plant's (WWTP) SCADA System. 6) Earthwork and seeding or sodding around disturbed ground to restore it to pre -project conditions. b. Vault B: 26* Street & Ivory Avenue: 1) Removal of existing sampling equipment. City will have the option to keep equipment for reuse. 2) Removal of existing flow meter, equipment upgrade for wireless radio communication, and reinstallation in new vault. Contractor will send flow meter to manufacturer for required upgrades. 3) Demolition and removal of existing concrete vault and sampling tubes. 4) Installation of new vaults, safety and access features, sampling equipment, and upgraded flow meter. 01267309 SUMMARY OF WORK 01100 - 1 07/10 5) Installation of SCADA equipment to provide wireless communication to Wastewater Treatment Plant's (WWTP) SCADA System. 6) Earthwork and seeding or sodding around disturbed ground to restore it to pre -project conditions. C. Vault C: 441' Street & MLK Jr. Blvd.: 1) Removal of existing sampling equipment. City will have the option to keep equipment for reuse. 2) Removal of existing flow meter and reinstallation in new vault. No upgrades will be required to this flow meter. 3) Demolition and removal of existing concrete vault and sampling tubes. 4) Installation of new vaults, safety and access features, sampling equipment, and existing flow meter. 5) Installation of SCADA equipment to provide wireless communication to Wastewater Treatment Plant's (WWTP) SCADA System. 6) Earthwork and seeding and sodding around disturbed ground to restore it to pre -project conditions. d. Vault D: 471h Street & Vanda Avenue: 1) This vault is to remain in place. 2) Retrofit vault with safety grating, hand railing and concrete. 3) Removal of existing flow meter, equipment upgrade for wireless radio communication, and reinstallation in vault. Contractor will send flow meter to manufacturer for required upgrades. 4) Installation of SCADA equipment to provide wireless communication to Wastewater Treatment Plant's (WWTP) SCADA System. 5) Earthwork and seeding or sodding around disturbed ground to restore it to pre -project conditions. e. Vault E: 981h Street & Guava Avenue: 1) This vault is to remain in place. 2) No work will be performed on this flow meter and it will remain in place. 3) Installation of SCADA equipment to provide wireless communication to Wastewater Treatment Plant's (WWTP) SCADA System. 4) Retrofit vault with safety grating and concrete step. 5) Earthwork and seeding or sodding around disturbed ground to restore it to pre -project conditions. 1.4 CONTRACT A. Project will be constructed under a general construction contract. 01267309 SUMMARY OF WORK 01100 - 2 07/10 t PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267309 SUMMARY OF WORK 01100 - 3 07/10 SECTION 01140 WORK RESTRICTIONS PART 1- GENERAL 0:191 1 91*813T wrl A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Working period. C. Work Sequence Restrictions. D. Noise restrictions. E. Water for Construction. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1.4 WORKING PERIOD A. Working Hours - Regular working hours shall be within an 11 hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. 01267309 WORK RESTRICTIONS 01140 -1 07/10 r B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. 1.5 WORK SEQUENCE RESTRICTIONS A. Work may occur in any order, however, Contractor should schedule work to limit time that vault or vault area is exposed Vaults must be locked at the end of each work day or when Contractor leaves the site. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the contractor's use for measuring noise levels. 1.7 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267309 WORK RESTRICTIONS 01140 - 2 07/10 1'� SECTION 01330 SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SUNUV ARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Owner or Engineer for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 1_ 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 01267309 SUBMITTAL PROCEDURES 01330 -1 07/10 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph 1.4.13.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. £ Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. G. Additional Copies: Submit specified number of copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. 01267309 SUBMITTAL PROCEDURES 01330 - 2 07/10 h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. J. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b.,, Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 3. Number of Copies: Submit five blue- or black -line prints of each shop drawing submittal. Owner and Engineer will retain all five prints. 01267309 SUBMITTAL PROCEDURES 01330 - 3 07/10 x� D. Samples: Prepare physical units of materials or products, including the following: 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. 2. Disposition: Maintain sets of approved test panels at Project site, available for quality -control comparisons throughout the course of construction activity. Test panels may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Test panels that are not designated as Owner's property, are the property of Contractor. Regardless of property ownership, test panels shall not be removed until approved to do so by the Engineer. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Division 1 Section "Photographic Documentation". 01267309 SUBMITTAL PROCEDURES 01330 - 4 07/10 PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal stamp by the Owner or Engineer will also contain the following: a. Checking is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01267309 SUBMITTAL PROCEDURES 01330 - 5 ,- 07/10 _J SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in this section and shown on the drawings in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The size of disturbed area for this project is such that no SWPPP or NOI will be required. PART 2 - PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 1001bs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec -' AOS (U.S. Std. Sieve) ASTM D 4751 20-100 01267309 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 1 _ 07/ 10 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as byhalia, bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Contractor shall -maintain SWP3 in accordance with the TPDES general permit. END OF SECTION 01267309 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 2 , 07/10 SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the Contract Document requirements. 1.3 RELATED SECTIONS A. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.4 DEFINITIONS A. Quality -Assurance Services: Activities, actions and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.5 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency will perform. Such testing agency shall be acceptable to Owner prior to being used on the project. i_ 01267309 QUALITY REQUIREMENTS 01400 -1 07/10 B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test or inspection data. 9. Test results and interpretation of test results. 10. ' Ambient conditions at time of sample taking and testing. 11. Comments and opinion on whether tested work complies with the Contract - Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. 13. For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. - C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated IJ D. Testing Agency Qualifications: An agency with the experience and capability to conduct testing indicated, as documented by ASTM E548, and that has the capability and experience in the types of tests to be performed E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: Submit certified written report of each test and similar Quality Assurance service to Contractor. Interpret tests and state in each report whether tested work complies with or deviates from the Contract Documents. 1.6 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. 01267309 QUALITY REQUIREMENTS 01400 - 2 s 07/10 E B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 3. Submit a certified written report, in triplicate, of each test, inspection, and similar quality -control service through Contractor. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 01267309 QUALITY REQUIREMENTS 01400 - 3 07/ 10 k 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. 01267309 07/10 END OF SECTION QUALITY REQUIREMENTS 01400 - 4 SECTION 01420 REFERENCES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced Such standards are made a part of the Contract Documents by reference. 01267309 REFERENCES 01420 - 1 07/ 10 B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.org ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.org ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org AI Asphalt Institute (859) 2884960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aia.org AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org ANSI American National Standards Institute (212) 642-4900 www.ansi.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 www.astm.org AWWA American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 01267309 REFERENCES 01420 - 2 07/10 i J 01267309 07/10 CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinldnfo.com CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsL= CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.gjma.org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.finglobal.com GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gd NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.org NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aggre ag tes.arg (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.Mi.org SDI Steel Deck Institute (847) 458-4647 www.sdi.org TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 REFERENCES 01420 - 3 D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 2144321 www.bocai.= (708) 799-2300 CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 472-4100 Mechanical Officials (The) www.igpmo.org ICBO International Conference of Building Officials (800) 284-4406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) www.iccsafe.gM SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. www.sbcci.org E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (601) 634-2355 CRD Standards www.usace.army.mil CFR Code of Federal Regulations (888) 293-6498 www.access.gpo.gov/nara/cfr (202) 512-1530 EPA Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) 01267309 REFERENCES 01420 - 4 07/10 Li f3 NIST National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA Occupational Safety & Health Administration (800) 321-6742 (See CFR 29) (202) 219-5000 www.osha.gov TCEQ Texas Commission on Environment Quality (806) 796-7092 www.tc%state.tx.us (512) 239-1000 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 01267309 07/ 10 END OF SECTION REFERENCES 01420 - 5 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. lly MIMI M/fC,'1 A. This Section includes a list of temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. Contractor should determine what facilities are needed and provide them. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. C. Support facilities include, but are not limited to, the following. 1. Dewatering facilities and drains. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Tree and plant protection. 4. Site enclosure fence. 5. Security enclosure and lockup. 6. Barricades, warning signs, and lights. E. Related Sections include the following: 1. Division 1 Section 01356, "Stormwater Pollution Prevention". 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. fl1267309 TEMPORARY FACILITIES AND CONTROLS 07/10 01500 -1 i __ B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the 41 Work. PART2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD comer and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. C. Water. Potable. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 01267309 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 07/10 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant or pair of occupants. b. Provide a dedicated telephone line for each facsimile machine and computer with modem in each field office. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on field office telephone. 01267309 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 07/ 10 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. E. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Keep office clean and orderly. 1. Furnish and equip offices as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. b. Water cooler and private toilet complete with water closet, lavatory, and medicine cabinet with mirror. F. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Site Enclosure Fence: When excavation begins, install portable chain -link enclosure fence with lockable entrance gates. Locate where determined sufficient to accommodate construction operations and to protect the site. Install in a manner that will prevent people, dogs, and other animals from easily entering site except by entrance gates. B. Security Guard: Provide a uniformed security guard at all construction sites when site is left unattended. This requirement applies 24 hours a day 7 days a week including weekends and holidays. C. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. Where appropriate and needed, provide lighting, including flashing amber lights. 01267309 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 07/ 10 a 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period Comply with final cleaning requirements. END OF SECTION 01267309 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 07/10 I F SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 CONCRETE TRAFFIC BARRIERS A. Concrete traffic barriers may be concrete barriers as shown on the drawings or may be other concrete barriers that have proven performance and meet all desirable evaluation criteria of National Cooperative Highway Research Program Report 350 (NCHRP 350) for vehicle speeds of the adjacent roadway. Application of the barrier or barrier system shall be in accordance with the manufacturer's recommendations. PART 3 - EXECUTION 3.1 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01267309 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 07/ 10 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Vaults and Utilities. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas and Parkhill, Smith & Cooper, Inc. as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. B. Other Salvageable Materials: Conform to requirements of individual Specification Sections. C. Coordinate the delivery of equipment removed from vaults and salvageable material to a specified location with the Engineer. 01267309 WASTE MATERIAL DISPOSAL 01576 - 1 07/10 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Coordinate delivery of excess soil to a specified location with the Engineer. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at httpJ/solidwaste.ci.lubbock tx.us/disnosal/disfees.htm. There may also be a fee for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01267309 WASTE MATERIAL DISPOSAL 01576 - 2 07/10 €gp E SECTION 01600 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes the following administrative and procedural requirements: product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. 1.3 RELATED SECTIONS A. Related Sections include the following: 1. Division 1 Section "References" for applicable industry standards for products specified. 2. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store materials in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 9. Protect stored products from damage. 01267309 PRODUCT REQUIREMENTS 01600 -1 07/10 1.5 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. PART 2 - PRODUCTS 2.1 COMPARABLE PRODUCTS A. Where products or manufacturers are specified by name, submit the following, in addition to other required submittals, to obtain approval of an unnamed product: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names -and addresses of engineers and owners, if requested 5. Samples, if requested. PART 3 - EXECUTION Not Used L�IiZ��Y�y���► 01267309 PRODUCT REQUIREMENTS 01600 - 2 07/10 SECTION 01700 CONTRACT CLOSEOUT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 01267309 07/10 CONTRACT CLOSEOUT 01700-1 ,E a__e 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final. Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267309 CONTRACT CLOSEOUT 01700 - 2 07/10 SECTION 02082 PRE -CAST CONCRETE VAULTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete vaults and related items. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Vaults and Utilities. B. Section 02084 — Frames, Grates, Rings, and Covers. 1.4 REFERENCES A. ASTM C 270 — Standard Specification for Mortar for Unit Masonry. B. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. C. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. D. ASTM C 858 — Underground Precast Concrete Utility Structure. E. ASTM C 990 — Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft ) 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: 1. Shop drawings of precast concrete vault, including reinforcement, jointing, methods, materials, and dimensions. 2. Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. 01267309 07/10 PRE -CAST CONCRETE VAULTS 02082 -1 F� 3. Materials to be used for pipe connections at manhole/vault walls. 4. Materials to be used for stubs and stub plugs, if required. 5. Material to be used for sealing of riser joints. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of vault shall be labeled with the vault designation from the drawings to which that section or part belongs. Each section or part shall be labeled prior to being shipped from the manufacturer's plant. Any vault section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART2-PRODUCTS 2.1 PRE -CAST CONCRETE VAULTS A. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and ASTM C 858 latest revision. Vault should be of Type VCP 80100, or as shown on plans, as manufactured by Vaughn Concrete Products, or approved equal. Openings shall be precast as shown on plans. B. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. C. For sealants used between concrete riser sections, refer to Section 02082, 2.7 A. D. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal pressure. Such watertightness shall be proven by a hydrostatic test of four hours duration. 2.2 CAST -IN -PLACE CONCRETE A. The vault base slab shall be Cast -in -Place Concrete, placed to the dimension and grades shown on the plans. Slab penetrations should be provided at specified locations. B. Conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 01267309 07/10 PRE -CAST CONCRETE VAULTS 02082 - 2 q 2.5 MISCELLANEOUS METALS r A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 2.6 PIPE TO VAULT CONNECTIONS FOR STORM SEWERS A. Grout space between the pipe and vault -wall conforming to ASTM C 1107 for all pipe materials. 2.7 SEALANT MATERIALS A. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. 2.8 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Utilities. 2.9 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 VAULT BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 01267309 PRE -CAST CONCRETE VAULTS 02082 - 3 07/10 3.3 PRE -CAST VAULT SECTIONS j A. Install sections, joints, and gasket material in accordance with manufacturer's printed t- recommendations. B. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. Pressure and leakage requirements in paragraph 2.1 apply. 3.4 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding vaults in accor- dance with requirements of Section 02317 - Excavation and Backfill for Utilities. 3.5 PROTECTION A. Protect vaults from damage until work has been finally accepted Repair damage to vaults at no additional cost to Owner. END OF SECTION 01267309 PRE -CAST CONCRETE VAULTS 02082 - 4 s__ 07/10 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers gray iron castings for use as vault frames and lids, gratings, and rings. 1.3 RELATED SECTIONS A. Section 02082 — Pre -cast Concrete Vaults. B. Section 03300 — Cast -in -Place Concrete. C. Section 05500 — Metal Fabrications. D. Section 05530 — Gratings. 1.4 REFERENCES A. AASHTO - American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 - Specification for Gray Iron Castings. C. ASTM A 615 - Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement. D. AWS - D 12.1 Welding Reinforcing Steel. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01330 Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. PART 2-PRODUCTS 2.1 GENERAL CASTINGS A. Castings for frames, grates, rings and covers shall conform to ASTM A 48, Class 35. Provide locking covers if indicated on Drawings. 01267309 FRAMES, GRATES, RINGS, AND COVERS 02084 -1 07/10 B. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. C. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. D. Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs. 2.2 FRAMES AND COVERS FOR VAULTS A. Where indicated on the drawings, provide manhole frames and covers, US Foundry and Manufacturing Corp., Type THD 72 x 72 clear opening with OP, or approved equal. 2.3 SAFETY GRATES FOR VAULTS A. Where indicated on the drawings, provide safety grating for fall -through protection, Series X Retro-Grate by Halliday Products, or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION 01267309 FRAMES, GRATES, RINGS, AND COVERS 02084 - 2 07/10 x. SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CM OSHA Part 1926, Subpart P and all State and Local codes. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Vaults and Utilities. 1.4 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. 1.5 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in -providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the systems compliance with specified requirements. 01267309 EXCAVATION SUPPORT AND PROTECTION 07/10 02260 -1 1.6 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 1.7 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART2-PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Wood: Soft or hard wood as required by design. D. Aluminum: Type 1061-T6, thickness as required by design. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to pen -nit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 01267309 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 07/10 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. END OF SECTION 01267309 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 07/10 SECTION 02317 EXCAVATION AND BACKFILL FOR VAULTS AND UTILITIES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including storm sewers, manholes and other pipeline structures. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 01500 — Temporary Facilities and Controls. C. Section 01555 — Barricades, Signs and Traffic Handling. D. Section 02082 — Pre -cast Concrete Vaults. E. Section 02260 — Excavation Support and Protection. F. Section 02318 - Borrow G. Section 02320 — Utility Backfill Materials. 1.4 DEFINITIONS A. Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. C. Seepage: Water intrusion from groundwater into an excavation or trench via the sidewalls and floor of the excavation or trench such that sidewall material and excavated floor material are not displaced by hydraulic pressure or flow, and the flow rate of groundwater intrusion is such that the excavation or trench will accumulate more than a 3-inch depth in the floor of the excavation or trench in a 24-hour period if not removed by pumping, bailing or other methods, or not intercepted by an external groundwater dewatering system. D. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. E. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. 01267309 EXCAVATION AND BACKFILL FOR 02317 - 1 07/10 VAULTS AND UTILITIES F. Trench Conditions are defined with regard to the stability of trench bottom and trench walls. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in foundation zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominantly clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the foundation zone in combination with ground water control in predominantly sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the foundation zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. G. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation, and backfilled with foundation backfill material. H. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for vault base slab. I. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. J. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. K. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.5 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.54b (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. B. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. C. ASTM D 2487 - Classification of Soils for Engineering Purposes. D. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). F. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. G. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. H. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. I. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 01267309 EXCAVATION AND BACKFILL FOR 02317 - 2 07/10 VAULTS AND UTILITIES 1.6 SCHEDULING A. Schedule work so that vault installation can be completed on the same day that acceptable foundation has been achieved for each vault location. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Utility Backfill Materials. C. Submit field density tests of trench backfill. D. Submit laboratory density compaction curves for each material. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each vault location and each one -foot of lift thickness. C. The Owner will perform his own check of field densities at random vault locations at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. _ B. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Foundation and Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Utility Backfill Materials. PART 3 - EXECUTION 3.1 INSTALLATION A. Install storm water vaults to conform to the trench details shown in the drawings. 3.2 PREPARATION A. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection as required by safety standards. 01267309 EXCAVATION AND BACKFILL FOR 02317 - 3 07/10 VAULTS AND UTILITIES _l B. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading. B. Protect and support above -grade and below -grade utilities which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. 3.4 EXCAVATION A. Perform excavation work so that vaults can be installed to depths shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In park, roadside ditch and other unpaved areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil may vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. C. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. D. Shoring of Trench Walls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. E. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that bac frill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3.5 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. 01267309 EXCAVATION AND BACKFILL FOR 02317 - 4 r 07/10 VAULTS AND UTILITIES s z, r-� C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. ' D. Protect topsoil from intermixing with undesirable materials. Ps g 3.6 TRENCH FOUNDATION A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding materials. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for vaults and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by trench sheep's foot or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. C. Moisture content within 2% of optimum determined according to ASTM D 698. 2. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by sheep's foot, by steel wheel roller or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. C. Moisture content within 2% of optimum determined according to ASTM D 698. 3. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on drawings. 3.8 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.9 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional 01267309 EXCAVATION AND BACKFILL FOR 02317 - 5 07/10 VAULTS AND UTILITIES classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted foundation and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every vault location for each 12 inches of backfill. 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.10 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 01267309 EXCAVATION AND BACKFILL FOR 02317 - 6 07/10 VAULTS AND UTILITIES SECTION 02318 BORROW PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02317 - Excavation and Backfill for Vaults and Utilities. C. Section 02260 - Excavation Support and Protection. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/fl ) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 01267309 BORROW 02318 -1 07/10 1.5 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. : 3V11.0 A. Conform to requirements of Section 01330 — Submittal Procedures. B. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2 - PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades,-: and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has a site development permit. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. __ 01267309 BORROW 02318 - 2 07/10 F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. 01267309 07/10 END OF SECTION BORROW 02318 - 3 SECTION 02320 UTILITY BACIFILL MATERIALS PART 1- GENERAL [9�3:34:y1:301004111kriI:IZ IK� A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Borrow material. 7. Pea Gravel. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Vaults and Utilities. B. Section 02318 — Borrow. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Vaults and Utilities. 1.5 REFERENCES A. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. B. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. C. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. D. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. E. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/W). F. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. G. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). H. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). I. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. J. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. K. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. 01267309 UTILITY BACKFILL MATERIALS 02320 -1 07/10 H L. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) M. TxDOT Tex- 106-E - Test Method - Methods of Calculating Plasticity Index of Soils. N. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02118 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2-PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. B. Topsoil 1. Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Utilities of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. C. Borrow 1. Refer to Section 02318 — Borrow. 2. Use Class A borrow under roadways and Class B elsewhere as specified in Section 02318 — Borrow. 01267309 UTILITY BACKFILL MATERIALS 02320 - 2 07/ 10 D. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.D. Where material must be imported to bring a trench to grade, then the material requirements of paragraph 2.1.17.2 shall be followed 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied If excavation material is not acceptable, provide from other approved source. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and 01267309 UTILITY BACKFILL MATERIALS 02320 - 3 07/10 1] testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. END OF SECTION 01267309 UTILITY BACKFILL MATERIALS 02320 - 4 07/ 10 SECTION 02920 LAWNS AND GRASSES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction,. Supplementary Conditions and Division 1 — General Requirements apply to work of this section. lwlilIT1�V, F.11WA A. This section refers to establishment of grasses for park and range areas damaged or removed by construction activities. All park areas are to be re -sod using approved methods and materials. All range areas are to be re -sod or re -seeded using approved methods and materials. Where re -seeding is specified, the Contractor has the option of either re -seeding or re -sodding, or a mixture of both methods, in accordance with these specifications. Where the Contractor elects to re -seed, he has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED SECTIONS A. Section 02317 Excavation and Backfill for Utilities B. Section 02318 Borrow C. Section 02320 Utility Backfill Materials 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Park: A formally designated park by the City of Lubbock as indicated on the plans, storm water conveyance and storage easements within lake areas (with lake area as defined in specification Section 01140, paragraph 1.5.1)), storm water storage impoundment easements, and surface channel easements or right-of-ways that serve as surface water flow conveyances between lake areas. 01267309 LAWNS AND GRASSES 02920 -1 07/10 1.5 SUBMITTALS A. Product Data: For each type of product indicated B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are coming from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any park or range area, submit video tape or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful park and range grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPPs "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.8 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. 1.9 PARK/RANGE MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than the following periods: 1. Sodded Lawns: 30 calender days from date of Substantial Completion. 01267309 LAWNS AND GRASSES 02920 - 2 07/10 B. Maintain and establish grass by watering, fertilizing, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep area uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. 2. Water grass at a minimum rate of 1 inch per week for 2 weeks. D. Park Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/ 1000 sq. ft. to lawn area. PART 2 - PRODUCTS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed KIND PLS% Annual Ryegrass 96.00% Gulf Native Wonder 91.00% Blue Grama Not Stated Buffalograss 94.00% Texoka Primed 2.2 TURFGRASS SOD A. Turfgrass Sod Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted B. Turfgrass Species: 1. Parks: Bermudagrass (Cynodon dactylon tiffway cultivar) 2. Range: Buffalograss (Buchloe dactyloides) 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. B. Minimum topsoil thickness shall be 12 inches, unless actual topsoil thickness on the drawings or encountered in the field show topsoil to be a greater thickness. The greater thickness requirement shall govern. 01267309 LAWNS AND GRASSES 02920 - 3 07/10 1.] 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 PARK AND RANGE PREPARATION A. Limit subgrade preparation to areas to be planted. B. Subgrade Over Excavated Trench: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. C. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. 01267309 LAWNS AND GRASSES 02920 - 4 07/10 D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded, or otherwise disturbed after finish grading and before planting. 3.4 SEEDING OF RANGE GRASSES A. Sow seed with drill specifically designed for type of seed to be used Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 20 lb. of pure live seed (pls) per acre. C. Roll lightly, and water with fine spray. 3.5 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 3.6 SODDING OF PARKS A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with rightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.7 RENOVATION OF PARKS AND RANGES A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required B. Remove sod and vegetation from diseased or unsatisfactory lawn auras; do not bury in soil. 01267309 LAWNS AND GRASSES 02920 - 5 07/10 C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established 3.8 SATISFACTORY PARKS AND RANGES A. Satisfactory Seeded Range: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded park or range: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish park or range grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 3.9 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION 01267309 LAWNS AND GRASSES 02920 - 6 07/ 10 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Foundations and footings. 2. Slabs -on -grade. 3. Inlets, headwalls and wingwalls. 4. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Cast -in -place concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. D. Cast -in -place concrete for storm sewer pipe shall meet the requirements of Section 03301 - Cast -In -Place Non -Reinforced Concrete Pipe. 1.3 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.4 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, and others if requested by Engineer. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork Design and Engineering of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing Rehoring. 01267309 CAST -IN -PLACE CONCRETE 03300 - 1 07/ 10 E_J 1.5 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, 'Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART2-PRODUCTS 2.1 FORM MATERIALS A. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. B. Form Release Agent: Provide commercial formulation form release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 01267309 CAST -IN -PLACE CONCRETE 03300 - 2 07/10 2. Furnish units that will leave no corrodible metal closer than 1 inch to -the plane of the exposed surface. 3. Furnish ties with integral water. Barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615 Grade 60, deformed. B. Epoxy -coated fabricated reinforcing bars ASTM A 775. C. Supports for Reinforcement: Bolsters, chairs and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2). 3. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Use one brand of cement throughout Project unless noted otherwise. B. Fly Ash: ASTM C 618, Type C. C. Normal -Weight Aggregates: ASTM C 33, size 57. D. Water: Potable. E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. 1. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Water Proofing Admixture: IPANEX (800) 523-3834. 2.4 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.5 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. 01267309 CAST -IN -PLACE CONCRETE 03300 - 3 07/10 1.1 C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 25% of total cementitious weight. 4. Minimum slump: 4 inches 5. Maximum slump: 6 inches 6. Maximum water cementitious material ratio:.55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. D. Adj ustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.7 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 01267309 CAST -IN -PLACE CONCRETE 03300 - 4 07/10 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. B. Prepare not more than two test panels, each measuring four feet by eight feet, with sufficient depth or thickness for proper casting of formliner and stamped pattern concrete finishes. 1. Do not prepare test panels until formliner and stamped pattern submittals have been reviewed and approved. 2. Prepare one test panel with formliner and one test panel with stamped pattern finish. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. 01267309 CAST -IN -PLACE CONCRETE 03300 - 5 07/ 10 1.] F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS D1.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose maybe used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. 01267309 CAST -IN -PLACE CONCRETE 03300 - 6 07/10 B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. l . Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 01267309 CAST -IN -PLACE CONCRETE 03300 - 7 07/ 10 G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time ofplacement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. 1. Water may be added to the concrete at the project site, subject to the following conditions: 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1 /4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Form Liner Finish: Provide form liners as indicated to achieve finish texture and pattern. Repair and patch defective areas with fins and other projections completely removed and smoothed that disrupt the form liner pattern. 01267309 CAST -IN -PLACE CONCRETE 03300 - 8 07/10 D. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. E. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel -finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work 01267309 CAST -IN -PLACE CONCRETE 03300 - 9 1 07/10 11 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation bypower spray or roller according to manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 2. Use membrane curing compounds that will not affect surfaces to be covered with finish materials applied directly to concrete. E. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, and other flat surfaces, by applying the appropriate curing method. F. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by curing compound. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 01267309 CAST -IN -PLACE CONCRETE 03300 - 10 07/10 i ri 3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with l ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each days pour of each -' type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each days pour of each type of air -entrained concrete. C. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each days pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for - both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete. when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or 01267309 CAST -IN -PLACE CONCRETE 03300 - 11 07/10 1 C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the -Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should F structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the _ Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 1-, 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 01267309 CAST -IN -PLACE CONCRETE 03300 - 12 07/10 V n SECTION 05500 METAL FABRICATIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Special Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Shop fabricated ferrous metal items, prime painted and galvanized. B. Steel pipe handrails. 1.3 RELATED SECTIONS A. Section 03300 - Cast -In -Place Concrete. B. Section 05530 — Gratings. 1.4 DESIGN REQUIREMENTS A. Railings 1. Railing assembly including wall rails, and attachments to resist loads as defined in ASTM E985 without damage or permanent set as tested in accordance with ASTM A935. 1.5 REFERENCES A. ASTM A36 - Structural Steel. B. ASTM A48 - Gray Iron Castings. C. ASTM A53 - Pipe, Steel Black and Hot -Dipped, Zinc -coated Welded and Seamless. D. ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. E. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. F. ASTM A283 - Carbon Steel Plates, Shapes, and Bars. G. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. H. ASTM A384 - Safeguarding Against Warpage and Distortion During Hot -Dip Galvanizing of Steel Assemblies. I. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. J. ASTM A786 - Rolled Steel Floor Plates. K. ASTM A935 - Steel, Sheet and Strip, Heavy Thickness Coils, High Strength, Low -Alloy, Columbium or Vanadium, or Both, Hot -Rolled. L. ASTM B221 - Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. M. ASTM B241 - Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube. N. ASTM E985 - Permanent Metal Railing Systems and Rails for Buildings. O. AWS A2.0 - Standard Welding Symbols. 01267309 07/10 METAL FABRICATIONS 05500 -1 11 t P. AWS DI.I - Structural Welding Code. Q. FS-S-325 - Shield, Expansion; Nail Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry). R. SSPC - Steel Structures Painting Council. 1.6 SUBMITTALS A. Shop Drawings and Product Data 1. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. 2. Include erection drawings, elevations, and details where applicable. 3. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. 4. Indicate adjacent construction and required anchorages to be provided by other sections. 5. Submit manufacturer's standard printed descriptive product literature for manufactured items. B. Design Data 1. Submit design calculations for metal stairs. C. Samples 1. Submit 1 sample of elbow, tee, wall bracket, escutcheon and end stop. D. Certification: Submit Welder's certificate verifying AWS qualification within the previous 12 months. 1.7 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings and as instructed by manufacturer. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Cast Metal Products 1. Barry Pattern & Foundry Co. 2. GS Metals 3. Neenah Foundry B. Substitutions: Under provisions of Section 01600 — Product Requirements. 2.2 MATERIALS A. General 1. Aluminum Sections: ASTM B221. 2. Steel Sections: ASTM A36. 3. Steel Tubing: ASTM A500, Grade B. 4. Steel Plates: ASTM A283. 5. Steel Pipe: ASTM A53, Grade B Schedule 40. 6. Aluminum Pipe: ASTM B241 7. Fasteners: FS-S-325, type as required by condition indicated. 01267309 METAL FABRICATIONS 05500 - 2 07/10 �1 8. Bolts, Nuts, and Washers: ASTM A307 galvanized to ASTM A153 for galvanized components. 9. Welding Materials: AWS D1.1; type required for materials being welded. 10. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. 11. Touch -Up Primer for Galvanized Surfaces: Zinc rich type. B. Railings, Galvanized 1. Steel System a. Rails and Posts: ASTM A53, Grade B Schedule 40, seamless, 12 inch outside diameter steel pipe; welded joints. b. Fittings: Elbows, T-shapes, escutcheons; cast steel. C. Mounting: Adjustable brackets and flanges, with steel inserts for casting in concrete and with steel brackets for embedding in masonry. d. Exposed Fasteners: Flush countersunk screws or bolts; consistent with design of railing. e. Splice Connectors: Concealed spigots. 2.3 FABRICATION A. General 1. Fit and shop assemble in largest practical sections for delivery to site. 2. Fabricate items with joints tightly fitted and secured. 3. Continuously seal joined members by continuous welds. 4. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt right, flush, and hairline. Ease exposed edges to small uniform radius. 5. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. 6. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. B. Railings 1. Fabricate with all joints welded and ground smooth. 2. Return rails to within 1 /4 inch of wall surface. 3. Finish rail end with terminal caps. 2.4 FINISHES A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Galvanized items Specified or Scheduled to be galvanized with 1.25 oz/sq ft zinc coating in accordance with ASTM A123. All ferrous metal shall be galvanized. 1. Damaged galvanized coating may be repaired, at Engineer's discretion only, with ZRC Cold Galvanizing Compound or other UL-recognized cold galvanizing compound. 2. Apply compound in accordance with manufacturer's directions. 3. Galvanized material which, in the opinion of the Engineer, has the coatings too extensively damaged for meaningful touch-up or repair, shall be rejected and removed from the site of the work. 01267309 METAL FABRICATIONS 05500 - 3 07/10 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 PREPARATION A. Supply items required to be cast into concrete or embedded in masonry with setting templates, to appropriate sections. 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS DI. 1. E. Obtain Engineer approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. G. Mechanically cut galvanized finish surfaces. Do not flame cut. H. Anchor grating by bolting through flange blocks. I. Railing Posts 1. Set posts in steel sleeves cast into concrete. 2. Interior diameter of sleeve: Minimum 1 inch larger than outside diameter of post. 3. Fill sleeve with non -shrink grout. 3.4 ERECTION TOLERANCES A. General 1. Maximum Variation From Plumb: 1/4 inch in 10 feet. 2. Maximum Offset From True Alignment: 1/4 inch. END OF SECTION 01267309 METAL FABRICATIONS 05500 - 4 07/10 SECTION 05530 GRATINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Metal bar grating. 1.3 RELATED SECTIONS A. Conform with Section 05500 — Metal Fabrications for fabricated pipe grates and fabricated bar grates located at headwalls and wingwalls. 1.4 SUBMITTALS A. Product Data: For the following: 1. Clips and anchorage devices for gratings. 2. Formed -metal plank grating. B. Shop Drawings: Show fabrication and installation details for gratings. Include plans, elevations, sections, and details of connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing gratings similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Metal Bar Grating Standards: Comply with applicable requirements of the following: 1. Non -Heavy -Duty Metal Bar Gratings: Comply with NAAMM MBG 531, "Metal Bar Grating Manual for Steel, Stainless Steel, and Aluminum Gratings and Stair Treads." 1.6 PROJECT CONDITIONS A. Field Measurements: Where gratings are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 01267309 GRATINGS 05530 -1 ! 07110� 1`l 1.7 COORDINATION A. Coordinate installation of anchorages for gratings, grating frames, and supports. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART 2 - PRODUCTS 2.1 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A36 B. Wire rod for Grating Cross Bars: ASTM A510 C. Galvanized Steel Sheet: ASTM A653, structural quality, Grade 33, with G90 Coating. 2.2 FASTENERS A. General: Provide Type 304 or 316 stainless -steel fastener. Select fasteners for type, grade, and class required. 2.3 FABRICATION A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. E. Fit exposed connections accurately together to form hairline joints. F. Welding: Comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. G. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure gratings, frames, and supports rigidly in place and to support indicated loads. H. Edges of grating shall be banded with bars of the same size as bearing bars. 2.4 METAL BAR GRATINGS A. Fabricate welded steel grating as follows: 1. 2 '/ x 3/16 bearing bars at 1 3/16 inches and cross bars at 4 inches. B. Traffic Surface for Steel Bar Gratings: As follows: 1. Serrated. 01267309 GRATINGS 05530 - 2 07/10 C. Steel Finish: As follows: 1. Hot dipped galvanized with a coating weight of not less than 1.8 oz/sq foot of coated surface. D. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit grating removal without disturbing items penetrating gratings. 1. Edge -band openings in grating that interrupt four or more bearing bars with bars of the same size and material as bearing bars. E. Do not notch bearing bars at supports to maintain elevation. 2.5 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish gratings, frames, and supports after assembly. C. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot -dip process complying with ASTM A 123. All ferrous items shall be galvanized PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing gratings to in -place construction. Include threaded fasteners for - concrete and masonry inserts, through -bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free from rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete or masonry. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimise distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 3.2 INSTALLING METAL BAR GRATINGS A. General: Install gratings to comply with recommendations of referenced metal bar grating standards that apply to grating types and bar sizes indicated, including installation clearances and standard anchoring details. B. Attach removable units to supporting members with type and size of clips and fasteners indicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown. 01267309 GRATINGS 05530 - 3 �. 07/10 ' C. Attach nonremovable units to supporting members by welding where both materials are the same; otherwise, fasten by bolting as indicated above. ADJUSTING AND CLEANING A. Galvanized Surfaces: Clean field welds, bolted connections, and abraided areas and repair galvanizing to comply with ASTM A780. 01267309 �£ 07/10 END OF SECTION GRATINGS 05530 - 4 SECTION 16000 ELECTRICAL GENERAL PROVISIONS PART 1-GENERAL A. The requirements of the General Conditions, Special Conditions and General Requirements of these specifications are applicable and part of every section in Division 16 - Electrical. The Contractor shall furnish all labor, material, service, equipment, appliances and shall perform all operations in connection with the installation and testing of Electrical Work in accordance with contract drawings and specifications. Any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all such material furnished by him and he shall replace at his own expense all such materials found to be defective in manufacture or damaged after delivery C. It is anticipated that the interconnections between the various items of electrical equipment and the control system will require coordination and in some cases interface devices such as, but not limited to, couplings, flanges, reducers, converters, conduit, relays, terminal blocks, contacts, wiring etc..., will be required whether or not these items are shown on the drawings. It is the General Contractor's responsibility to provide the necessary coordination and interface devices at no additional cost to the Owner. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: 1. National Electrical Code (NEC) 2. National Electrical Safety Code (NESC) 3. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. 1.3 MODIFICATIONS A. All modifications required by these applicable codes, rules, regulations and authorities shall be made by the Contractor without additional charge to the Owner. B. Underwriter's Laboratories (UL): All materials, appliances, equipment or devices shall conform to the applicable standards ofUnderwriter's Laboratories, Inc. The label of, or listing by, UL is required. C. Standards: Where referenced in these specifications or on the drawings, the publications and standards of the following organization shall apply: 1. American Society of Testing and Materials (ASTM) 2. Institute of Electrical and Electronic Engineers (IEEE) 3. Insulated Power Cable Engineers Association (IPCEA) 4. National Electrical Manufacturers Association (NEMA) 5. National Fire Protection Association (NFPA) 6. American National Standards Institute (ANSI) 7. Illuminating Engineering Society of North America (IESNA) 01267309 ELECTRICAL GENERAL PROVISIONS 16000 - 1 07/10 {f 1.4 CONFLICT OR VARIATION A. Should this Contractor observe any conflict or variation in the plans and specifications, he shall notify the Engineer in writing not later than ten (10) days prior to date of bid opening. Failure to clarify such variations will result in the Electrical Contractor bearing all costs arising from electrical work done contrary to either the specifications or drawings. B. Electrical contractor shall coordinate all conduit runs, control wiring and electrical connections to equipment items furnished by Mechanical Contractor, General Contractor, Instrumentation Contractor, the Owner, and other contractors under other sections of these specifications. 1.5 SUBMITTALS A. Materials List: Within 15 days after award of contract, the Contractor shall submit to the Engineer in five (5) copies, a list of all equipment to be furnished. Where substitutions are proposed, complete data must be famished showing performance, quality and dimensions. Written approval of Engineer must be obtained before purchasing any substitute equipment. B. Shop Drawings: Submit for approval a minimum of five (5) copies of all shop drawings after the material list has been approved and prior to ordering. Show complete outlines, dimensions, electrical services, control diagrams, electrical characteristics of a special nature or critical to the installation and pertinent data required for installation. All descriptive and technical data and shop drawings shall bear signed certification to the effect that they have been carefully examined and found to be correct with respect to dimension, space available, non-interference with other trades and that the equipment complies with all the requirements of these specifications. Where catalog data are submitted, the proposed items shall be clearly "flagged" or otherwise identified, so that no confusion exists. In addition to specific references or requests, submit shop drawings for the following applicable items: motor starters, switches, control devices, control systems and sensing equipment. C. Substitutions: Proposed substitutions of electrical equipment, control devices, and other equipment shall be submitted with other submittal data. This request shall be accompanied by complete descriptions of the substitutes offered, including catalog cuts. The entire burden of proof of equality shall be placed on the Contractor and the decision of the Engineer shall be final. D. Test Data: Provide 4 copies of all data obtained during tests required in Specifications. Data shall be organized in an orderly fashion, typed and indicate the result of each test. PART 2 - MATERIALS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment famished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, over current protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is famished. B. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. Where no specific material, apparatus or appliance is mentioned, any first-class product, with the approval of the Engineer may be used. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such 01267309 ELECTRICAL GENERAL PROVISIONS 16000 - 2 07/10 material and shall be the manufacturer's current and standard design. Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. PART 3 - EXECUTION 3.1 FABRICATION, ERECTION AND INSTALLATION A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and FJ shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. j1 Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. 3.2 TEMPORARY POWER AND LIGHTING A. Furnish and install temporary electrical facilities, if required, for construction and safety operations. No part of the permanent electrical systems or the existing electrical system may be used for temporary service unless approved by the Engineer. Provide separate electrical metering for temporary power. 3.3 PERFORMANCE TESTS , A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. After the interior wiring system installation is complete and at such time as the Engineer may direct, conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. B. Perform such tests as required by other sections of these specifications or as requested to prove acceptability. Furnish all instruments and labor for testing. 3.4 RECORD DRAWINGS A. During progress of the work, maintain a clean full set of project plans to be used to record accurate red -lined changes to the installation of the system. Upon completion of the installation, submit the full set of red -lined drawings with all record data to the Engineer. 3.5 OPERATING INSTRUCTIONS AND MANUALS A. Without additional charge to the Owner, furnish complete instruction to the Owner in the care, adjustment and operation of all parts of the electrical equipment and systems. Upon completion of the work, prepare and deliver to the Owner four (4) sets of complete operating and maintenance manuals for the systems and major equipment installed. Include catalog data, shop drawings, wiring diagrams, performance curves and rating data, spare parts lists and manufacturer's operating maintenance data. ' 01267309 ELECTRICAL GENERAL PROVISIONS 16000 - 3 07/10 .11 B. The above requirements are in addition to specific instructions and manuals specified for individual systems or equipment. 3.6 DRAWINGS A. The electrical drawings show the general arrangement of all conduit, equipment, etc. and shall be followed as closely as actual building construction and the work of other trades will permit. The structural drawings shall be considered as a part of the work insofar as these drawings furnish the contractor with information relating to the design and construction of the building. Because of the small scale of the electrical drawings, it is not possible to indicate all offsets, fittings and accessories which may be required. The contractor shall investigate the structural and finish conditions affecting the work and shall arrange his work accordingly, providing such fittings, elbows, pull boxes, and accessories as may be required to meet such conditions. 3.7 FIELD MEASUREMENTS A. The Contractor shall verify the dimensions governing the electrical work at the facility. No extra compensation shall be claimed or allowed on account of differences between actual dimensions and those indicated on the drawings. B. Coordination Drawings: In locations where several trades' work must be sequenced and positioned with precision in order to fit into the available space, prepare coordination drawings (shop drawings) showing the actual physical dimensions (at accurate scale) required for the installation if deemed necessary by Engineer. Prepare and submit these coordination drawings, if required, prior to purchase -fabrication -installation of any of these elements involved in the coordination. 3.8 LOCATION OF EQUIPMENT AND OUTLETS A. The approximate locations of cabinets, conduits, controllers, power outlets, etc., are indicated on the drawings; however, they are not intended to give complete and detailed information. Determine the exact location after thoroughly examining the general building plans and by actual measurements during construction, subject to the approval of the Engineer. 3.9 EXISTING ELECTRICAL A. The existing electrical system information has been obtained from the most up-to-date source and documents; but their accuracy is not guaranteed. The Contractor shall familiarize himself with the existing conditions prior to preparing his bid. B. Only the existing electrical affected by this Contract is shown on the drawings. Existing electrical not shown in the drawings is to remain in place and in operation. All existing electrical damaged during construction shall be repaired or replaced. C. The Contractor shall be responsible for damage to existing walls or ceilings due to the electrical construction. Repairing of damage to the existing building shall be done by the proper trades involved. END OF SECTION 01267309 ELECTRICAL GENERAL PROVISIONS 16000 - 4 i _ 07/10 SECTION 16111 CONDUIT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SCOPE A. The conduit, fittings, conduit bodies, and accessories shall be inspected upon delivery and during the progress of the work. Any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all materials furnished by him and he shall replace at his own expense all such materials found to be defective in manufacture or damaged after delivery. 1.3 SECTION INCLUDES A. Metal conduit. B. Liquidtight flexible metal conduit. C. Nonmetal conduit. D. Fittings and conduit bodies. 1.4 RELATED SECTIONS A. Section 16130 - Boxes. B. Section 16190 — Supporting Devices. A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. G. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01300. Accurately record actual routing of all conduits. 01267309 CONDUIT 16111 -1 07/10 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSVNFPA 70. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of General Conditions. Accept conduit and cable tray on site and inspect for damage. Protect conduit from corrosion and entrance of debris by storing above grade and providing appropriate covering. Protect PVC conduit from sunlight. 1.9 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. Verify routing and termination locations of conduit prior to rough -in. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Conduit Minimum Size: 3/4" unless otherwise specified B. Rigid Metallic Conduit (RMC): Galvanized Rigid Steel, ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit. D. Liquidtight Flexible Metal Conduit: Interlocked steel construction with PVC jacket. Flexible conduit shall be used only for connection to devices and structures subject to vibration. Maximum length of flexible conduit shall be 3 feet. E. Rigid Nonmetallic Conduit: NEMA TC 2; Schedule 40 or 80 PVC. PVC Fittings and Conduit Bodies: NEMA TC F. PVC Coated Rigid Metallic Conduit: NEMA RNI; PVC externally coated galvanized rigid steel conduit. 2.2 UNDERGROUND INSTALLATIONS A. At 18" below grade and lower utilize Rigid Nonmetallic Conduit. If underground conduit run is not encased in concrete, place 4" of sand below and above conduit, and install a red plastic ribbon 6 inches above the top of the conduit for the entire length of the underground run. B. Any conduit located less than 18" below grade shall PVC coated Rigid Metallic Conduit, or Rigid Nonmetallic Conduit encased in concrete. C. When transferring from below grade to above grade, use PVC coated Rigid Metallic Conduit. 2.3 ABOVEGROUND INSTALLATIONS - A. Wet and Dry Locations: Use Rigid Metallic Conduit. 01267309 CONDUIT 16111 - 2 07/10 2.4 BELOW GRADE VAULTS A. All conduits and fittings located in below grade vaults shall be PVC Coated RMC. PART 3 - EXECUTION 3.1 CONDUIr INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation". Install nonmetallic conduit in accordance with manufacturer's instructions. Arrange supports to prevent misalignment during wiring installation. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and splint hangers. Group related conduits; support using conduit rack. Construct rack using steel channel; provide space on each for 25 percent additional conduits. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. B. Arrange conduit to maintain headroom and present neat appearance. Route exposed conduit parallel and perpendicular to walls. Maintain adequate clearance between conduit and piping. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F (40 degrees Q. C. All sharp edges shall be removed from ends after cutting. "Pipe" cutters shall not be used for cutting conduit. Bring conduit to shoulder of fittings; fasten securely. D. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum. E. Use conduit hubs to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Install no more than equivalent of three 90- degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Conduit bends shall be made so as not to alter the cross -sectional area of the conduit. F. On PVC Coated RMC, touch up compound must be used on all field cut threads and internal reams. Touch up compound shall be as recommended by the PVC Coated RMC manufacturer. G. Clamping, cutting, threading, bending and assembly of PVC Coated RMC shall be done in strict accordance with the manufacturers recommended installation guide. If the manufacturer does not provide a detailed installation guide, contractor shall follow the Perma-Cote Installation Guide, 2005 Perma-Cote Order Item 10 PC-2002. H. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. Provide suitable pull string in each empty conduit except sleeves and nipples. I. All conduits identified on a conduit schedule shall be tagged at each end with metal tags engraved or stamped to identify the conduit according to the identification on the "schedule." END OF SECTION 01267309 CONDUIT 16111 - 3 07/ 10 SECTION 16120 WIRE AND CABLE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Power wire and cable. B. Motor Supply cable. C. Underground feeder and branch circuit cable. D. Service entrance cable. E. Control cable. F. Wiring connectors and connections. 1.3 RELATED SECTIONS A. Section 16111 -Conduit. B. Section 16130 - Boxes. 1.4 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. 1.5 SUBMITTALS A. Submit under provisions of General Conditions. B. Product Data: Provide for each cable assembly type. C. Test Reports: Indicate procedures and values obtained. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.7 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Wire and cable routing shown on Drawings is approximate unless dimensioned. Route wires and cables as required meeting Project Conditions. C. Where wire and cable routing is not shown, and destination only is indicated, determine exact routing and lengths required. 01267309 WIRE AND CABLE 16120 - 1 07/10 1r t 1.8 COORDINATION A. Coordinate work with other trades. B. Determine required separation between cable and other work. C. Determine cable routing to avoid interference with other work. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Power Wire and Cable: Cable to be as manufactured by Carol Cable, Triangle PWC, Inc., Capital Wire & Cable Corp, or equal. B. Motor Supply Cable: Belden, Draka USA, or equal C. Control Cable: Belden, or equal 2.2 POWER WIRE AND CABLE A. Description: Tray Cable Rated, multi -conductor, insulated wire. B. Conductor: Copper. C. Insulation Voltage Rating: 600 volts. D. Insulation: ANSI/NFPA 70; Type THFiNU111WN-2, 90 degrees C insulation for service entrance, feeders and branch circuits. 2.3 MOTOR SUPPLY CABLE A. Description: Tray Cable Rated, Shielded motor supply cable for variable frequency drives. Materials used are designed to hold up to the non -linear power distortions associated with Reduced Voltage Motor starters. B. Construction: Finely stranded tinned copper conductors; composite insulation; barrier tape; 100% shielding with foil tape and tinned copper braid, PVC black jacket, TC rated. C. Nominal Voltage: 600V-UL, 1000V-UL AWM. D. Color Code: Three black conductors with white numbers, plus green ground. E. Temperature Rating:-25degrees C to +90 degrees C. 2.4 CONTROL CABLE A. Analog 1/0 wiring shall be 16 AWG, twisted pair shielded, tray cable rated, Belden 8719 or equal. B. Discrete I/O wiring shall be 16AWG, 600V, stranded copper, THWN, Tray Cable Rated Use multi -conductor cable when possible. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical work likely to damage wire has been completed. 01267309 WIRE AND CABLE 16120 - 2 07/ 10 :t 3.2 INSTALLATION A. Install products in accordance with manufacturer instructions. B. Use copper conductor not smaller than 12 AWG for power and lighting circuits. C. Use copper conductor not smaller than 16 AWG for control circuits. D. Use 10 AWG copper conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. E. Use 10 AWG copper conductors for 20 ampere, 277 volt branch circuits longer than 200 feet. F. Pull all conductors into raceway at same time. G. Use suitable wire pulling lubricant for building wire 8 AWG and larger or runs longer than 50 feet. H. Use suitable cable fittings and connectors. I. Neatly train and lace wiring inside boxes, equipment, and panel boards. J. Clean conductor surfaces before installing lugs and connectors. K. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. L. Use split bolt connectors for copper conductor splices and taps, 8 AWG and larger. Tape un- insulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. M. Use solder -less pressure connectors with insulating covers or spring wire connectors for copper conductor splices and taps, 10 AWG and smaller. 3.3 INTERFACE WITH OTHER PRODUCTS A. Wire markers shall identify each conductor with its destination terminal block. 3.4 FIELD QUALITY CONTROL A. Perform field inspection and testing under provisions of General Conditions. B. Inspect wire for physical damage and proper connection. C. Measure tightness of bolted connections. D. Utilize accurate torque wrench to tighten bolts and nuts on MCC. E. Verify continuity of each branch circuit conductor. F. Verify that all non -grounded conductors have an open circuit to ground. END OF SECTION ` 01267309 WIRE AND CABLE 16120 - 3 07/10 SECTION 16170 GROUNDING AND BONDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Ground bus bars. D. Bonding. 1.3 RELATED SECTIONS A. Section 02900 — Pipe Bonding and Test Stations B. Section 03300 — Cast -In -Place Concrete. 1.4 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. 1.5 GROUNDING ELECTRODE SYSTEM A. Metal underground water pipe if available. B. Metal frame of the building if available. C. Concrete -encased electrode. D. Rod electrode. 1.6 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: 1 ohm. 1.7 SUBMITTALS A. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. 1.8 PROJECT RECORD DOCUMENTS A. Submit under provisions of General Conditions. B. Accurately record actual locations of grounding electrodes. 01267309 GROUNDING AND BONDING 16170 -1 07/10 1.9 QUALIFICATIONS ,'. A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. 1.10 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2-PRODUCTS 2.1 ROD ELECTRODE A. Material: Copper or Copper -clad steel. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 GROUNDING BUS BAR A. Material: Copper B. Dimensions: 4 in. x 12 in. C. Storm Copper Components Co. Model SCGB-IKT-A or equal. D. Mounting: Mount to interior wall 6 inches above finished floor. Utilize insulating standoff bushings. 2.3 EXOTHERMIC CONNECTIONS AND RELATED MATERIAL A. Exothermic connectors, rod electrodes and other grounding related equipment shall be supplied by a manufacturer with 10 years experience in manufacturing A. Material: Stranded copper. B. Foundation Electrodes: 2 AWG X 20 feet long. C. Grounding Electrode Conductor: Size to meet NFPA 70 requirements or as indicated on drawings or in specifications if larger. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that final back ill and compaction has been completed before driving rod electrodes. t 01267309 GROUNDING AND BONDING 16170 - 2 { 07/10 3.2 INSTALLATION A. Install Products in accordance with manufacturer's instructions. Exothermically weld all connections. B. Install rod electrodes at locations indicated. Install additional rod electrodes as required to achieve specified resistance to ground. C. Provide grounding electrode conductor and connect to reinforcing steel at two locations in foundation footing. Bond steel together. D. Provide foundation electrodes for all blowers, pumps and other skid mounted equipment with #4 CU ground wire from electrode to base. Exothermic weld at all connections. E. Provide bonding to meet Regulatory Requirements. 3.3 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. B. Use suitable test instrument to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall -of - potential method. END OF SECTION 0 01267309 GROUNDING AND BONDING 16170 - 3 07/10 r SECTION 16190 SUPPORTING DEVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSVNFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSVNFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2-PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Galvanized Steel and/or Stainless Steel. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. i 01267309 SUPPORTING DEVICES 16190 -1 ,_ ; 07/ 10 PART 3 - EXECMON 3.1 . INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Architect/Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panel boards with minimum of four anchors. G. In wet and damp locations use steel channel supports to stand cabinets and panel boards one inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 01267309 SUPPORTING DEVICES 16190 - 2 07/10 SECTION 17000 GENERAL REQUIREMENTS FOR INSTRUMENTATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. The requirements of the General Conditions, Special Conditions and General Requirements of these specifications are applicable and part of every section in Division 17 - Instrumentation. B. The Contractor shall furnish all labor, material, service, equipment, appliances and shall perform all operations in connection with the installation and testing of Instrumentation in accordance with contract drawings and specifications. Any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. C. It is anticipated that the interconnections between the various items of electrical and mechanical equipment and the control system will require coordination and in some cases interface devices such as, but not limited to, couplings, flanges, reducers, converters, conduit, relays, terminal blocks, contacts, wiring etc..., will be required whether or not these items are shown on the drawings. It is the General Contractor's responsibility to provide the necessary coordination and interface devices at no additional cost to the Owner. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: 1. National Fluid Power Association (NFPA) 2. National Electrical Code (NEC) 3. National Electrical Safety Code (NESC) B. Should the Contractor observe any conflict or variation in the plans and specifications, he shall notify the Engineer in writing not later than ten (10) days prior to date of bid opening. Failure to clarify such variations will result in the Contractor bearing all costs arising from electrical work done contrary to either the specifications or drawings. C. The Electrical Contractor shall coordinate all conduit runs, control wiring and electrical connections to equipment items famished by Mechanical Contractor, General Contractor, Instrumentation Contractor, the Owner, and other contractors under other sections of these specifications. 1.3 RECORD DRAWINGS A. During progress of the work, maintain a clean full set of project plans to be used to record accurate re -lined changes to the installation of the system. Upon completion of the installation, submit the full set of re -lined drawings with all record data to the Engineer. 1.4 SUBMITTALS A. Materials List: Within 15 days after award of contract, the Contractor shall submit to the Engineer in seven (7) copies, a list of all equipment to be furnished. Where substitutions are ? 01267309 GENERAL REQUIREMENTS FOR 17000 - 1 07/10 INSTRUMENTATION proposed, complete data must be famished showing performance, quality and dimensions. Written approval of Engineer must be obtained before purchasing any substitute equipment. B. Shop Drawings: Submit for approval a minimum of seven (7) copies of all shop drawings after the material list has been approved and prior to ordering. Show complete outlines, dimensions, electrical services, control diagrams, electrical characteristics of a special nature or critical to the installation and pertinent data required for installation. All descriptive and technical data and shop drawings shall bear signed certification to the effect that they have been carefully examined and found to be correct with respect to dimension, space available, non-interference with other trades and that the equipment complies with all the requirements of these specifications. Where catalog data are submitted, the proposed items shall be clearly "flagged" or otherwise identified, so that no confusion exists. In addition to specific references or requests, submit shop drawings for the following applicable items: motor starters, switches, control devices, control systems and sensing equipment. C. Substitutions: Proposed substitutions of electrical equipment, control devices, and other equipment shall be submitted with other submittal data. This request shall be accompanied by complete descriptions of the substitutes offered, including catalog cuts. The entire burden of proof of equality shall be placed on the Contractor and the decision of the Engineer shall be final. D. Test Data: Provide 4 copies of all data obtained during tests required in Specifications. Data shall be organized in an orderly fashion, typed and indicate the result of each test. 1.5 OPERATING INSTRUCTIONS AND MANUALS A. Without additional charge to the Owner, furnish complete instruction to the Owner in the care, adjustment and operation of all parts of the electrical equipment and systems. Upon completion of the work, prepare and deliver to the Owner four (4) sets of complete operating and maintenance manuals for the systems and major equipment installed. Include catalog data, shop drawings, wiring diagrams, performance curves and rating data, spare parts lists and manufacturer's operating maintenance data. B. The above requirements are in addition to specific instructions and manuals specified for individual systems or equipment. 1.6 SCOPE A. This section specifies general requirements, which are applicable to all process control, and instrumentation. The process instrumentation system consists of process sensors, monitoring, actuators, and accessories required to provide a complete and functional monitoring and control system. B. Contractor shall provide the services of instrument technicians to implement the requirements of this section. Instrument technicians shall have a minimum of five years experience in controls, automation and/or system integration. C. The Contractor shall examine the site, drawings and specifications to determine actual locations, sizes, materials and ratings of process connections. D. The Contractor shall furnish and install Station Control Panels as part of this project. These panels shall be custom built as per the drawings in a panel shop that has a minimum of 10 years experience in the manufacturing of similar station control panels. E. The owner and engineer shall perform an acceptance test of the Station Control Panels at the panel shop prior to shipment. This test shall consist of a visual inspection for conformance with these specifications, powering up the panel, loading a test program into the PLC and testing all 01267309 GENERAL REQUIREMENTS FOR 17000 - 2 07/10 INSTRUMENTATION f t � i wiring and devices installed in the panel. Any corrections necessary for a fully functional Control Panel as detailed in the drawings and these specifications shall be made at the panel shop prior to shipment. Travel and expenses for one owner's representative and one engineer's representative to conduct the acceptance test shall be provided by the contractor at no additional cost to the owner. 1.7 CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be responsible for writing and implementing the PLC program, and the Human Machine interface (HMI) program- B. The contractor shall be responsible for furnishing and installing the RTU Panels and CTU panels as shown on the drawings. C. The contractor shall be responsible for furnishing and installing all instrument devices as shown on the drawings and conduits and cabling to each instrument. D. All field terminations shall be done on the left side of CTU Panel terminal blocks and fuses. E. The contractor shall be responsible for calibrating all field devices, performing individual loop tests and setting ranges, or other parameters, required for field devices. All calibration, loop tuning and other data sheets required in these specifications shall be the responsibility of the Contractor. Contractor shall conduct loop checks, calibration and tuning of devices from the field side of the Station Control Panel terminal blocks. F. The Contractor shall provide the assistance of an Instrument Technician during loop commissioning and system start-up. 1.8 REFERENCES A. This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 01267309 07/10 REFERENCE TITLE API RP550-86 Manual of Installation of Refinery Instruments and Control Systems, Part I - Process Instrumentation and Control Sections 1 Through 13 ISA 551.1-79 Process Instrumentation Terminology NEMA 250-85(1988) Enclosures for Industrial Controls NFPA 70 National Electric Code (NEC) ANSI T2.24.1 Hydraulic Fluid Power — Systems standard for stationary industrial machinery. NFPA T3.5.49 Recommended Practice — Hydraulic Fluid Power — Application guidelines for hydraulic valves. GENERAL REQUIREMENTS FOR INSTRUMENTATION 17000 - 3 PART 2 - PRODUCTS 2.1 MATERIALS AND QUALITY A. Material shall be new, free from defects, and of the quality specified. Each type of instrument, instrument accessory, and device shall be by the same manufacturer throughout the work. B. Electronic equipment shall be of solid state construction unless otherwise specified. Components of standard electronic assemblies shall not be replaced with components of different characteristics in order to meet the performance requirements of this specification. Parts shall be as shown in the instruction manuals and shall be replaceable with standard commercial components of the same description without degrading the performance of the completed assembly. 2.2 PRODUCT DATA A. The following product data shall be provided under provisions of Section 01300: 2.3 CATALOG CUTS A. The Contractor shall provide catalog cuts for equipment to be provided. Catalog information shall include technical specifications and application information for each piece of equipment. Catalog cuts shall be edited to indicate only those items, model or series of equipment which are being provided. All extraneous materials shall be crossed out or otherwise obliterated. 2.4 INSTALLATION A. Installation and testing procedures shall be as specified in this and subsequent sections of this division. Equipment shall be located so that it is readily accessible for operation and maintenance. B. Where instrumentation installation procedures are not specified herein, API RP550 shall be used as a guide. Final connections between rigid raceway systems and instruments shall be made with liquidtight flexible metal conduit with a maximum length of 2 feet. C. Where stainless steel tubing installation procedures are not specified herein, Swagelok Tube Fitter's Manual shall be used as a guide. 2.5 FIELD EQUIPMENT A. Equipment shall be provided as specified on the drawings such that ports and adjustments are accessible for in -place testing and calibration. Where possible, equipment shall be located between 48 inches and 60 inches above the floor or a permanent work platform. Instrumentation equipment shall be mounted for unobstructed access, but mounting shall not obstruct walkways. B. Equipment shall not be mounted where shock or vibration will impair its operation. Support systems shall not be attached to handrails, process piping or mechanical equipment except for measuring elements and valve positioners. Instruments and cabinets supported directly by concrete or concrete block walls shall be spaced out not less than 5/8 inch by framing channel between instrument and wall. C. Steel used for support of equipment shall be hot -dip galvanized after fabrication. Support systems including panels shall be designed in accordance with SBC for seismic zone 1 and to 01267309 GENERAL REQUIREMENTS FOR 17000 - 4 07/ 10 INSTRUMENTATION - prevent deformation greater than 1/8 inch under the attached equipment load and an external load 200 pounds in any direction. 2.6 ELECTRICAL POWER CONNECTIONS A. Electric power wiring and equipment shall be in compliance with Division 16. 2.7 SIGNAL CONNECTIONS A. Electric signal connections to equipment shall be made on terminal blocks or by locking plug and receptacle assemblies. B. Liquidtight flexible metal conduit shall be used between equipment and rigid raceway systems except that flexible cable assemblies may be used where plug and receptacle assemblies are provided and the installation is not subject to mechanical damage in normal use. C. The length of flexible conduit or cord assemblies shall not exceed 2 feet. Flexible cable, receptacle and plug assemblies shall be used only where specified. Wire splicing shall not be accepted. D. All wires shall be labeled. 1. Wire markers shall be Raychem Part No. RPS-1K-18-12/2.0-9 Heat Shrink wire markers. 2. Wire markers shall be legible and properly aligned after heat shrinking. 3. Finished markings shall be aligned and positioned so that they can be easily read without manipulation of the wire. 4. Wire markers shall designate the termination point of the opposite end of the wire (i.e. "destination type wire tagging"). 2.8 STAINLESS STEEL TUBING A. Pressure sensing tubing shall be Stainless Steel, high quality, fully annealed, seamless type 316 austenitic stainless steel hydraulic tubing ASTM A213, A269, A632 or equivalent. Hardness Rb80 or less. B. Installed tubing is to be free of scratches, wrinkles, flattened bends, kinked bends or defects. C. Tubing shall run clear of bolts and equipment that must have access for maintenance. D. Tubing shall remain clear of controls and not prohibit the operator's access to controls. E. Long runs of tubing shall be supported to prevent sagging. F. All fittings and valves shall be Swagelok Stainless Steel Tube Fittings. 2.9 TESTS AND INSPECTIONS - GENERAL A. Materials, equipment, and construction included under this specification shall be inspected in accordance with this project manual. Testing shall be performed by the Contractor in accordance with this and subsequent sections or, if applicable, witnessing the test. B. The Contractor shall notify the Engineer upon arrival of any material or equipment to be incorporated into the work and shall remove protective covers or otherwise provide access in order that the Construction Manager may inspect such items. C. Stainless steel tubing and piping systems shall be tested for leaks. 01267309 GENERAL REQUIREMENTS FOR 17000 - 5 07/ 10 INSTRUMENTATION 2.10 TEST REPORTS A. Test reports shall conform to the requirements of reference forms 17000A2 through 17000A4 and 17000B, included in specification Section 17030. 2.11 TESTING STAGES A. Each instrument loop shall be tested in the following sequence: TESTING SEQUENCE FORM REFERENCE Wiring 17000A2 — A4 Calibration Test Data/ 17000B Loop Commissioning B. Testing of piping, wiring and individual components shall be completed with certified test reports provided to the Engineer prior to commencement of individual loop testing. 2.12 INDIVIDUAL COMPONENT CALIBRATION AND TEST A. Each instrument and final element shall be field calibrated in accordance with the manufacturer's recommended procedure. Instruments shall then be tested in compliance with ISA S51.1 and the data entered on the applicable test form. B. Any component, which fails to meet the required tolerances, shall be repaired by the manufacturer or replaced, and the above tests repeated until the component is within tolerance. 2.13 LOOP TEST A. Each instrument loop shall be tested as an integrated system starting at the primary measuring element and ending at the PLC panel terminal blocks. The contractor shall provide power supplies, meters, signal generators and any other equipment necessary to accomplish loop tests. B. If any output device fails to indicate properly, corrections to the loop circuitry shall be made as necessary and the test repeated until all instruments operate properly. PART 3 - EXECUTION Not Used END OF SECTION 01267309 GENERAL REQUIREMENTS FOR 17000 - 6 07/10 INSTRUMENTATION i i SECTION 17030 REFERENCE FORMS PART 1- GENERAL The forms listed below and included in this section are referenced from other sections of the project manual: Form No. Title 17000A-2 Loop wiring and insulation resistance test data form; 2-wire 17000A-3 Loop wiring and insulation resistance test data form; 3-wire 17000A-4 Loop wiring and insulation resistance test data form; 4-wire 17000B-1 Field, Transmitter, Miscellaneous switch/instrument calibration test and Loop commissioning test data form 01267309 REFERENCE FORMS 17030 - 1 07/10 Reference Sheet 17000A-2 IDENTIFICATION LOCATION CONTWATY RESISTANCE *A INSULATION 1 RESISTANCE *B COMMENTS COND/ SHI.D/ I GND. CND. CMPLT DATE TAG# I DESCRIPTION WIRETAG i COLOR I FED TB i I LOCATION COND/ I COND/ COND I SHI.D. i I 1 I 1 i _...__......_..�-------- - - - - ------ --- i---t--- ------- ------------- --__ i I -�- - - - - - - - - - - - L _ _ J - - - - - --- i I i i 1 I 1 I 1 I I - I-- - - - - -- - - -- I - I - - -- -- I--- I -- -- ---------------- I I i 1 I I i i I I I I i I I 1 I i I 1 I I I CONTRACTORS' REP DATE _ ..._... . l....... ENCINKEERS' REP ... _... _ .... . :DATE.._. ' OWNERS' REP DATE 01267309 REFERENCE FORMS 17030 - 2 05110 Reference Sheet 17000A-3 IDENTIFICATION — — — T _ — — — — — — TAG # 1 DESCRIPTION LOCATION _ _ _ — — — — —1 — — — I FIELD TB WIRE TAG I COLOR: LOCATION CONTINUITY RESISTANCE *A COND/ 1 COND/ COND i SHLD. INSULATION _RESISTANCE•B_ COND/ SFiLD/ i COMMENTS GND. GND. I CMPLT DATE � I 1 I 1 I I —------- 1---4-- r— — — — — — — — — — —— I 1 1 I I 1�1 — — — — — — — I I — — — — —I— — — r — — — — I 1 — — —I— — — —i— — — — — — — — — — — — — — — — — — — — — — — - --+- --- - i --r-- - -- 1 - .a- — - -. i_.----.-- ---- _ 1 I 1 i I i I I I I I I I I I i I i I i CONTRACTORS' REP. jENGINGEERS' REP i IDATE:__...... ... ...... _ _ ....... _ DATE. ! ° OWNERS' REP DATE 01267309 REFERENCE FORMS 17030 - 3 05110 Reference Sheet 17000A-4 IDENTIFICATION LOCATION CONTINUITY RESISTANCE *A INSULATION —RESISTANCE *B COMMENTS COND/ SHJD/ 1 GND. GND. CMPLT DATE TAG# I DESCRIPTION WIRETAG 1 COLOR FIELD TB LOCATION COND/ COND COND/ SlILD. --------- ---- r --------------- T ------------------------- .... ... ..... . . ............ 4 - - - - - - - - - - - - - - - - - - - - - - - - - ­- L F - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -i - - - - - -- - - - - - --- - - - - - - . . .... ....... - .......... - - - - - - - - - - - - - - - - - - - - - - - - - - T - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ­—­---- - - - ---- - - - - - - - - - - - - - - - - - - - - - - - 4 -------------------------- .4 - - - - - - - - - - - --- - - --- - - - - - - - - -A. ......... . . ....... - — -------- CONTRACTORS'P". lNG[NGEERS'PJP i OWNERSIRU DATE. 01267309 REFERENCE FORMS 05110 17030-4 � Reference Sheet17000B IDENTIFICATION LOOP TEST COMMENTS CMPLT DATE TAG# I DESCRIPTION PASSEDI FAILED DISCRETE ANALOG N.C. N.O. SIGNAL I RANGE I I I I 1 1 I I I I i i 1 I i I I 1 1 I 1 i 1 I i 1 I I 1 I I i 1 1 I i I I 1 i I ----------------- 1 CONTRACTORS' REP. (DATE: � ENC$NEERS' REP. � ;DATE: ; F OWNERS REP DATE• 01267309 REFERENCE FORMS 17030 - 5 05110 PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01267309 REFERENCE FORMS 17030 - 6 05110 SECTION 17160 CABINETS AND ENCLOSURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. RTU Panels. B. Miscellaneous Cabinets. C. Accessories. 1.3 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association), B. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). C. NEMA ICS 4 - Terminal Blocks for Industrial Control Equipment and Systems. D. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS A. Submit under provisions of General Conditions. B. Provide manufacturer's standard data for enclosures and cabinets 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Materials and products to be listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated PART2-PRODUCTS 2.1 GENERAL A. Equipment model numbers for major equipment and accessories are detailed in these specifications and in the drawings. Any changes from manufacturers and model numbers listed must have prior approval from the engineer. B. The panel manufacturer shall provide all equipment and materials necessary to construct the panels, whether or not such items are listed in the drawings. 01267309 CABINETS AND ENCLOSURES 17160 -1 07/10 2.2 RTU PANEL General Data Dimensions: Material: Conduit Connections: Antenna Connection: Power Supply 14.1 x 12.3 x 6.1 inches Fiberglass Y2„ N, female Input Voltage: 100-240 V AC Current consumption: 0.6A @ 230 VAC LOA @115 VAC Output Current: 2A Nominal output voltage: 24 VDC Output voltage range (normal mode): 22.5 — 29.5 VDC Output voltage range (buffer mode): 27.2 —19.2 VDC Uninterruptable Power Supply (UPS) Nominal output voltage: 24 VDC Nominal capacity: 0.8 Ah Source Voltage Surge Protector: Maximum continuous operating voltage: 253 VAC Leakage current @ MCOV (L-N): < 1.1mA Leakage current to ground: < 1.5 µA Max. discharge surge current (8/20µs) per mode: 10 kA Radio Antenna Lightning Surge Protector: Max. continuous operating voltage: 280 VDC/ 195 VAC Max. continuous operating current: 5A/25°C Operating current Ic at Uc: < 1 µA Nominal discharge surge current (8/20 µs): 20 kA Output voltage threshold at 1 W[ts: <— 700V Protection level: < 700V Response time: < 100 ns Cut-off frequency (3dB) in a 50 Q system: > 3 GHz Standing wave freq. (SWR) in a 50 Q system: < 1.1 to 2.0 GHz Permanent BF power at SWR+1.1/0o in a 50 Q system: 700W/200W Capacitance (typ.): 1.5 pF Connection: N-type connector 50 Q A. Enclosure: I. The RTU Panel shall be a NEMA 4X rated single door enclosure Phoenix Contact model # RAD-SYS-NEMA4X-900 or approved equal. 2. Enclosure body shall be constructed of 12 gauge steel or fiberglass; all welded construction and seams shall be continuously welded. 3. All welds and seams shall be ground smooth. 4. Panels shall have no screws or bolts protruding the outside of the cabinet. 01267309 07/10 CABINETS AND ENCLOSURES 17160 - 2 i.' B. Wiring: 1. Discrete 1/0 wiring from swing arm to terminal strip shall be 18 AWG, UL1007 rated, Belden #9918 or equal. 2. Analog 1/0 wiring from swing arm to terminal strip shall be 18 AWG, twisted pair shielded, Belen #8762 or equal. 3. Analog wiring shall be shielded with the shield extended up to the point of termination exposing just enough cable to adequately terminate the conductors. Heat shrink shall be used where the wire exits the cable jacket. 4. Power distribution wiring shall be #16 AWG unless noted otherwise on the drawings. 5. AC power wiring to devices inside panel shall be twisted pair shielded # 16 AWG, unless noted otherwise on the drawings. 6. Wiring from the 1/0 Card Swing Arms to the panduit shall be enclosed in a braided expandable wire sleeving, Thomas & Betts #S750PC-0. 7. Discrete 1/0 wiring from PLC swingarm to terminal strips shall be Slate Grey in color. All the panel wiring shall adhere to the following color code: a. 12VDC and 24VDC Slate Grey b. 120VAC Black C. 120VAC Neut. White d. Analog 1/0 (+) Black e. Analog 1/0 (-) White or Clear C. Wire Markers: 1. Wire markers shall be seamless type Heat Shrink wire markers, Raychem PartNo. RPS- 1K-18-12/2.0-9. 2. Wire markers shall be legible and properly aligned after heat shrinking. 3. Finished markings shall be aligned and positioned so that they can be easily read without manipulation of the wire. 4. Wire markers shall designate the termination point of the opposite end of the wire. D. Grounding: 1. One ground busses shall be provided in the enclosure 2. The isolated ground bus shall be isolated from the backpan and enclosure. 3. Shield wires shall be jumper-ed together on their respective terminal strips and routed to the ground bus. 4. Equipment such as power supplies, PLCs, and enclosures shall be grounded to the equipment ground bus. E. Terminal Blocks: 1. In order to provide easier access to terminations, all terminal blocks shall be mounted on elevated DIN type mounting rails, Allen Bradley #1492-DR6 or equal. DIN rail elevators to provide electrical isolation of DIN rail from backpan mounting surface. 2. Signal and Control Terminals: Modular construction type, suitable for channel mounting, with tubular pressure screw connectors, rated 300 Volts. 3. Provide isolated ground bus terminal blocks for shield wires. 4. Feed thru terminal blocks shall be Phoenix Contact type UT 4-MTD or approved equal. 5. 24VDC fusible terminal blocks shall be Phoenix Contact type UT 4-HESILED 24 (5x20) or approved equal. 120VAC fusible terminal blocks shall be Phoenix Contact type UT 4-HESILA 250 (5x20) or approved equal. 6. Circuit breakers shall be Phoenix Contact type UK 6-FSI/C with either TCP 10A, TCP 3A, TCP 5A as indicated on project drawings or Sprecher & Schuh type L8-25/1/C as indicated on project drawings or approved equal. F. All devices and terminal strips shall be labeled with white on black engraved name plates. 01267309 CABINETS AND ENCLOSURES 17160 - 3 07/10 G. Wireways shall be made of a flame retardant, non-metallic material, which is gray in color. The wireway covers shall be single complete lengths between intersections. H. Heat shrink shall be placed on all exposed shielding wires to protect from accidental shorting. 2.3 MISCELLANEOUS CABINETS A. Boxes shall be NEMA 250, Type 4 steel enclosure. B. Backpanel: Provide steel backpanel. Paint matte white. C. Fronts: Steel, door with concealed hinge, and flush lock keyed to match branch circuit panel board. Finish with gray baked enamel. D. Knockouts: Provide as necessary. Provide barriers to form separate compartments wiring of different systems and voltages. Provide accessory feet for free-standing equipment. 2.4 TESTING A. The Owner and Engineer shall perform an acceptance test of the CTU Panel at the panel shop prior to shipment. This test shall consist of a visual inspection for conformance with the drawings and these specifications, powering up the panel, loading a test program into the PLC and testing all wiring and devices installed in the panel. Any corrections necessary for a fully functional Control Panel as detailed in the drawings and these specifications shall be made at the panel shop prior to shipment. Travel and expenses for one owner's representative and one engineer's representative to conduct the acceptance test shall be provided by the contractor at no additional cost to the owner. B. The Contractor shall notify the engineer two weeks prior to completion of the panel in order. to schedule a date for the acceptance test. C. CTU Panels shipped to the site without having an acceptance test shall be rejected. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with NECA "Standard of Installation." Install enclosures and boxes plumb. Anchor securely to wall and structural supports at each comer under the provisions of Section 16190. Install cabinet fronts plumb. 3.2 CLEANING: GENERAL CONDITIONS - CONTRACT CLOSEOUT A. Cleaning installed work. Clean electrical parts to remove conductive and harmful materials. Remove dirt and debris from enclosure. Clean finishes and touch up damage. END OF SECTION 01267309 CABINETS AND ENCLOSURES 17160 - 4 07/10 i Y 3 SECTION 17230 TRANSMITTERS AND PROCESS SWITCHES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section specifies requirements for transmitters, event switches, and the radio antennae. 1.3 REFERENCES A. This section contains a reference to the following document. Additional references are listed in Section 17000. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed document, the requirements of this section shall prevail. B. NEMA 250-85 Enclosures for Electrical Equipment 1.4 GENERAL REQUIREMENTS A. Unless otherwise specified, measuring elements, transmitters and process switches shall comply with the following requirements. 1. Transmitters shall be two -wire type with operating power derived from the signal transmission circuit, unless otherwise specified. 2. Transmitter output shall be 4 to 20 milliamperes, current regulated and shall drive any load between 0 and 550 ohms with the power supply at 23 volts DC. 3. Transmitters shall meet specified performance requirements with load variations within the range of 0 to 600 ohms with the power supply at 24 volts DC. 4. Transmitter output shall be galvanically isolated. 5. Transmitters output shall increase with increasing measurement. 6. Transmitters enclosures shall be rated NEMA 250, Type 4, unless otherwise specified 7. Transmitters located outdoors shall be provided with surge protectors: MTL Inc. SD series with replaceable fuse and disconnect features, or equal. 8. Where two -wire transmitter is located in an area classified as hazardous, it shall be made safe by means of an intrinsic safety barrier. Where four -wire transmitters are permitted, they shall be provided with a loop powered signal current isolator connected in the output signal circuit. 01267309 TRANSMITTERS AND PROCESS SWITCHES 17230 - 1 07/10 "t PART2-PRODUCT The following instrument specification sheets are included in this section: INSTRUMENT INSTRUMENT INSTRUMENT SYMBOL DESCRIPTION FUNCTION AIT-H Analysis Indicating Transmitter Hydrogen Sulfide Amount AIT-O Analysis Indicating Transmitter Oxygen Deficiency , �w 2.1 AIT-H — ANALYSIS INDICATING TRANSMITTER(H2S) Identification: AIT-H Function: Analysis Indicating Transmitter Description: Hydrogen Sulfide Detection Power Supply: 24VDC nominal, 20 to 36VDC 250mA max. Signal Input: Process Signal Output: 0-20mA (650 ohms max. load) OmA: Malfunction 1.5mA: Gas Check/Setup mode 4mA t0.2mA: Zero reading 4-20mA: 0-100% scale 20-22mA: Over -range Relay Outputs: 3 — SPDT — Warning, Alarm, & Fault 8A @ 250VAC / 8A @ 30VDC (each) Measuring Range: 0-50ppm Response Time: T50<1 minute (screen) T50<2 minutes (sintered) With full scale gas applied Repeatability: f2 ppm or 10% of the applied gas, whichever is greater Sensor Type: Continuous diffusion, absorption type Metal Oxide Semiconductor (MOS) Sensor Life: 3 to 5 years typical Operation Modes: Normal Operation, Calibration, Gas check, Setup Classification: Class I, Division 1, Groups B, C & D; Class I, Zone 1, Ex d IIB+H2, T6 (Tamb = -400 C to +600 C) A. Product Requirements: 1. The transmitter shall be a General Monitors Model S4000T, or approved equal. Miscellaneous installation hardware such as mounting brackets shall be furnished and installed by the Contractor as indicated on drawings and as recommended by the manufacturer's installation instructions. 2. The transmitter shall be a microprocessor -based transmitter designed for use with the -, manufacturer's metal oxide semiconductor sensor designed to detect hydrogen sulfide gas in parts per million levels and provide status indication, in the form of a continuously updating three digit digital display located on the transmitter as well as a 4-20mA output signal, and alarm outputs, in the form of 3 energized, non -latching relays. ' 01267309 TRANSMITTERS AND PROCESS SWITCHES 17230 - 2 07/10 _ 3. Power and signal wiring shall comply with the requirements of section 16123. 4. The transmitter shall be contained within an explosion -proof housing. 5. The transmitter shall be equipped with MODBUS communications. 6. The three digit digital display shall continuously indicate gas concentrations during the normal operations mode and calibration check mode, calibration prompts during calibration mode, setup codes during the setup mode and fault codes if/when faults occur. 7. Selection of differing parameters and operational modes shall be done via the use of a magnetic switch(s). B. Installation: 1. Install in accordance with manufacturer's instructions and the recommendations of API RP550 to the specified requirements. 2. The Contractor shall provide all necessary hardware for proper installation of the hydrogen sulfide level transmitter. 2.2 AIT-O — ANALYSIS INDICATING TRANSMITTER(OXYGEN DEFICIENCY) Identification: AIT-O Function: Analysis Indicating Transmitter Description: Oxygen Detection Power Supply: 24VDC nominal, 20 to 36VDC 250mA max. Signal Input: Process Signal Output: 0-20mA (650 ohms max. load) OmA: Malfunction 1.5mA: Gas Check/Setup mode 4mA f0.2mA: Zero reading 4-20mA: 0-25% by volume 20-22mA: Over -range Relay Outputs: 3 — SPDT — Warning, Alarm, & Fault 8A @ 250VAC / 8A @ 30VDC (each) Measuring Range: 0-25% by volume Response Time: T90< seconds with 100% 02 Gas Applied Accuracy: 13% LEL up to 50% LEL f5% LEL > 51 % LEL Zero Drift: Less than 5% of full scale per year Sensor Type: Electrochemical cell Sensor Life: 2 to 3 years typical Operation Modes: Normal Operation, Calibration, Gas check, Setup Classification: Class 1, Division 1, Groups B, C & D; Class 1, Zone 1. A. Product Requirements: 1. The transmitter shall be a General Monitors Model TS4000, or approved equal. Miscellaneous installation hardware such as mounting brackets shall be furnished and installed by the Contractor as indicated on drawings and as recommended by the manufacturer's installation instructions. 01267309 TRANSMITTERS AND PROCESS SWITCHES 17230 - 3 n 07/10 2. The transmitter shall be a microprocessor -based transmitter designed for use with the manufacturer's Oxygen Deficiency Sensor Model TS420, designed to monitor oxygen levels and provide status indication, in the form of a continuously updating three digit digital display located on the transmitter as well as a 4-20mA output signal, and alarm outputs, in the form of 3 energized, non -latching relays. 3. Power and signal wiring shall comply with the requirements of section 16123. 4. The transmitter shall be contained within an explosion proof housing. 5. The transmitter shall be equipped with MODBUS communications. 6. The three digit digital display shall continuously indicate gas concentrations during the normal operations mode and calibration check mode, calibration prompts during calibration mode, setup codes during the setup mode and fault codes if/when faults occur. 7. Selection of differing parameters and operational modes shall be done via the use of a magnetic switch(s). B. Installation: 1. Install in accordance with manufacturer's instructions and the recommendations of API RP550 to the specified requirements. 2. The Contractor shall provide all necessary hardware for proper installation of the Oxygen Deficiency Detector and Transmitter. PART 3 - EXECUTION Not Used. END OF SECTION 01267309 TRANSMITTERS AND PROCESS SWITCHES 17230 - 4 07/10 �f SECTION 17235 SCADA EQUIPMENT PART 1- GENERAL This section specifies requirements for Supervisory Control and Data Acquisition (SCADA) equipment which consists of the PLC, HMI / computer hardware, radios, radio antennas, power supplies, uninterruptible power supplies, networking equipment, and process software. PART 2 - NETWORKING HARDWARE 2.1 PROGRAMMABLE LOGIC CONTROLLER WITH WIRELESS COMMUNICATION CONTROLLER Processer CPU: 16-bit CMOS, 14.74MHz clock, integrated watchdog timer CPU co -processor: 14.74MHz clock (used for I/O processing) Memory 1 MB CMOS RAM, 512kBytes flash ROM Non Volatile RAM CMOS RAM with lithium battery retains contents for 2 years with no power 1/0 Analog Inputs 3 voltage or current selectable 5V / 20mA, 12 bit resolution 1 internal at 32.768VDC, 12 bit resolution Digital I/O 6 points, dry contact input, LOA max output rating Counter Inputs 1, maximum 5k14z, jumper selectable dry contact or turbine input COMMUNICATIONS Communication Port COM1 RS-485 serial port, 2 pole removable terminal block, 2 wire half duplex or RS-232 serial port, Data Terminal Equipment (DTE), 8 pin modularjack Full or half duplex, Implemented Td, Rd, +5V Communication Port COM2 RS-232 serial port, Data Terminal Equipment (DTE), 8 pin modular jack Full or half duplex with RTS/CTS control. Implemented Td, Rd, CTS, RTS, DCD, DTR, +5V Baud Rates COM1 & COM2 300, 600, 1200, 2400, 4800, 9600, 19200, 38400 Serial Protocols Modbus RTU, Modbus ASCII, DNP3, DF1 Serial Protocol Modes Slave, master, master/slave, store and forward Wireless Integrated Spread spectrum radio at 900MHz GENERAL 01267309 SCADA EQUIPMENT 17235 - 1 07/10 I/O Terminations Dimensions Packaging Environment Power Input Warranty APPROVALS AND CERTIFICATIONS Hazardous Locations Safety Digital Emissions Immunity Declaration 5 and 12 pole, removable terminal blocks. 12 to 22 AWG. 15A contacts 5.65 inch (144mm) wide, 5.00 inch (127mm) high, 1.80 inch (45mm) deep Corrosion resistant zinc plated steel with black enamel paint 5% RH to 95% RH, non -condensing —40°F (-40°C) to 158°F (70°C) 11 - 30 VDC, 2.9W max 3 years on parts and labor Suitable for use in Class I, Division 2, Groups A, B, C and D Hazardous Locations. Temperature Code T4 per CSA Std C22.2 No. 213-M1987 / UL1604 UL listed and CSA certified to the following standards: CSA Std. C22.2 No. 213-M1987 - Hazardous Locations. CSA Std. C22.2 No. 142-M1987 - Process Control Equipment. UL Std. No. 1604 - Hazardous (Classified) Locations. UL Std. No. 508 - Industrial Control Equipment CSA C22.2 No. 142-M1987 and UL916 in Canada and USA. FCC Part 15, Subpart B, Class A Verification EN50081-2: 1993 Electromagnetic Compatibility Generic Emission Standard Part2: Industrial Environment C-Tick compliance. Registration number N15744 EN61000-6-2:1999 Electromagnetic Compatibility Generic Standards Immunity for Industrial Environments This product conforms to the above Emissions and Immunity Standards and therefore conforms with the requirements of Council Directive 89/336/EEC (as amended) relating to electromagnetic compatibility and is eligible to bear the CE mark. The Low Voltage Directive is not applicable to this product. A. Product Requirements 1. The programmable logic controller with wireless communication shall be a SCADAPack100 model # P100-1A20-AAOA or approved equal 2. The radio shall use 900MHz frequency hopping, spread spectrum license free technology in the 902 — 928 MHz ISM band integral to the programmable logic controller. 01267309 07/10 SCADA EQUIPMENT 17235 - 2 i �E 3. The radio shall be capable of communication ranges of up to 20+ miles (line -of -sight) and data exchange rates up to 19.2 Kbps over -the -air. 4. The programmable logic controller shall be capable of being programmed in relay ladder logic and communicating via MODBUS RTU protocol. B. Installation 1. Install in accordance with manufacturer's instructions and the recommendations of API RP550 to the specified requirements. 2. Miscellaneous installation hardware shall be furnished and installed by the Contractor as indicated on drawings and as recommended by the manufacturer's installation instructions. as indicated on drawings and as recommended by the manufacturer's installation 2.2 RADIO ANTENNA (YAGI) Antenna Type: Frequency. Gain: Number of Elements: Antenna Connector: Bandwidth VSWR 1.5 900 MHz: Power Rating: Lightning Protection: Front to Back Ratio: Wind Loading: Material: Finish: Yagi 902 — 960 MHz 10 dBd 6 Standard N Female 58 MHz 150 Watts DC ground >15 dB 200 mph wind, 160 mph with 0.5" radial ice High grade aluminum (6061-T6) Teflon impregnated powder coat finish A. Product Requirements 1. The radio antenna shall be a Microwave Data Systems MDS ClearWave Yagi Antenna or approved equal. B. Installation 1. Install in accordance with manufacturer's instructions and the recommendations of API RP550 to the specified requirements. 2. Mount antenna to exterior wall of building as indicated on drawing. 3. Miscellaneous installation hardware as recommended by the manufacturer's installation instructions, to include but not limited to mounting hardware, mast, grounding kits, coax cable supports, etc.., shall be furnished and installed by the Contractor. 4. Paint mast and mounting hardware to match building. PART 3 - EXECUTION Not Used END OF SECTION 01267309 SCADA EQUIPMENT 17235 - 3 07/10 ADDENDUM # I RFP-11-9981-DD STORM WATER VAULT IMPROVEMENTS DATE ISSUED: JANUARY 28, 2011 CLOSE DATE: FEBRUARY 15, 2011 @ 3:00 PM The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Offerors must submit the REVISED PROPOSAL SUBMITTAL FORM, attached 2. Time for substantial completion is CHANGED to TWO HUNDRED FORTY calendar days. 3. In GENERAL CONDITIONS OF THE AGREEMENT, Section 28, INSURANCE, Paragraph C, Builder's Risk has been ADDED,100% of the Total Contract Price. Offerors attention is invited to the following modifications: L CHANGES TO PROJECT MANUAL: A. SECTION 00805 SUPPLEMENTARY GENERAL CONDITIONS 1. Offeror's attention is directed to SECTION 00805, SUPPLEMENTARY GENERAL CONDITIONS, ATTACHED. B. SECTION 01020 MEASUREMENT AND PAYMENT 1. Item 1.9: Installation of refrigerated auto samplers will be performed by City of Lubbock personnel. No work or payment will be made by the contractor for this line item. 2. Item 1.10: Removal, upgrade, and reinstallation of flow meters will be performed by City of Lubbock personnel. No work or payment will be made by the contractor for this line item. C. SECTION 01100 SUMMARY OF WORK 1. Item 1.3.B.1.a.1 and 1.3.B.1.a.2: Removal and reinstallation of existing sampling equipment and flow meter will be performed by City of Lubbock personnel. 2. Item 1.3.B.1.b.1 and 1.3.B.1.b.2: Removal, upgrade, and reinstallation of existing sampling equipment and flow meter will be performed by City of Lubbock personnel. 3. Item 1.3.B.1.c.1 and 1.3.B.1.c.2: Removal and reinstallation of existing sampling equipment and flow meter will be performed by City of Lubbock personnel. RFP-11-9981-DDWI 4. Item 1.3.B.1.d.3: Removal, upgrade, and reinstallation of existing flow meter will be performed by City of Lubbock personnel. D. SECTION 01500 TEMPORARY FACILITIES AND CONTROLS 1. Item 3.4.B: Provision of a full-time security guard and security at each vault location will be at the contractor's discretion. The site enclosure fence will still be required where open excavation occurs. H. CHANGES TO DRAWINGS: A. SHEET C-101 1. The new vault location shown in Detail Al should be mirrored to the north side of the approximate pipe alignment, to fall over the footprint of the existing vault. 2. Note A: All equipment contained in the existing vault will be disconnected and removed by City of Lubbock personnel prior to demolition by the contractor. Coordinate with City representatives for timing of removal. 3. Note C: Existing flow meter will be removed from the existing vault, and purchased and installed in new vault by City of Lubbock personnel. A. SHEET C-102 & SHEET C-103 1 Note A: All equipment contained in the existing vault will be disconnected and removed by City of Lubbock personnel prior to demolition by the contractor. Coordinate with City representatives for timing of removal. 2. Note C: Existing flow meter will be removed from the existing vault, and purchased and installed in new vault by City of Lubbock personnel. A. SHEET C-104 & SHEET C-105 1. Note A: Removal, upgrade, and reinstallation of existing flow meter will be conducted by City of Lubbock personnel. 2. Note B: City of Lubbock personnel will remove old SCADA equipment if necessary. additional •information or clarification must be subm .ii All requests for ed m-wnttug"and directed'to Darlene Doss, Buyer, Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddossna,mylubbock.us THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's g responsibility to advise the City of Lubbock Director of Purchasing and Contract Management if any language requirements. etc., -- or any combinations thereof. inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. **REVISED** PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: RFP: 11-9981-DD - STORM WATER VAULT IMPROVEMENTS Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of STORM WATER VAULT IMPROVEMENTS, 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. BASF, PROPOSAI.t ITEM NO. DESCRIPTION UNIT TED QUA�N7 QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Project Mobilization LS 1 $ $ 2 Demolish Concrete Vaults and Sample EA 3 Tubes 3 Storm Water Sampling Vault, Location A EA 1 4 Storm Water Sampling Vault, Location B EA 1 5 Storm Water Sampling Vault, Location C EA 1 6 Electrical Equipment and Install EA 3 (Vault A, B C TOTAL BASE PROPOSAL, ITEMS #1- #6: $ (In case of a discrepancy between the Unit Price and the extended total for a proposal [tent' the unit price will be taken) ADDITIVE ALTERNATE 1: ITEM NO. DESCRIPTION UNIT QUA TED TY UNIT PRICE EXTENDED AMOUNT Al-1 Fall -Through Safety Grate EA 5 $ $ dolt A, B, C, D, E A1-2 Concrete Stepping Block EA 4 ault A, B, C, E A1-3 Exterior Safety Handrail EA 4 ault A, B, C, D TOTAL ADDITIVE ALTERNATE 1, ITEMS #A1-1- #A1-3: $ (in case of a discrepancy between the Unit Price ana me extenaea total for a proposal item, me unit price win be taken) ADDITIVE ALTERNATE 2: ITEM NO. DESCRIPTION UNIT QU�fT EDD UNIT PRICE EXTENDED AMOUNT SCADA Equipment and Install $ $ A2-1 (Vault A, B C D, E EA 5 A2-2 SCADA Consultant Coordination LS 1 TOTAL ADDITIVE ALTERNATE 2, ITEMS #A2-1- #A2-2: $ (In case of a discrepancy between the Unit Price and the extended total for a proposal Item, the unit price will be taken) 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 (240) TWO HUNDRED FORTY CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $25 (TWENTY-FIVE) for each day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General. Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): The proposed number of calendar days to final completion. (Number followed by written): Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he finther agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Chock or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages In the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/VVBE Finn: Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: Email: FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) SECTION 00805 € SUPPLEMENTARY GENERAL CONDITIONS PART 1-GENERAL The following paragraphs identify and describe changes to specific paragraphs in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "21. OBSERVATION AND TESTING", add a_fourth paragraph as follows: The Contractor shall pay all costs for pre -construction testing called for in the Technical Specifications and for all failing tests during construction. The Owner shall pay for all construction testing except for failed tests. The Contractor shall be billed directly for failed tests by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to pay for failed tests will result in a reduction of that amount from final payment. 1.1.2 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows: A. Add the following paragraph after the first paragraph: "All insurance, as hereafter specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer." B. The Engineer is to be named as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 3 012457309 SUPPLEMENTARY GENERAL CONDITIONS 00805 -1 01/1 1 This page intentionally left blank