Loading...
HomeMy WebLinkAboutResolution - 2016-R0201 - S.J. Louis Construction Of Texas - 06/09/2016 (2)Resolution No. 2016-RO201 Item No. 5.6 June 9, 2016 RESOLUTION BE TT RESOLVED BY THE CITY COUNCIL OF 'TI-IE CITY OF LUBBOCK: "THAT City of Lubbock Bid No. RFP 16-12810-TF is awarded to S. J. Louis Construction of'Texas Ltd. of'HoListon, Texas, for Northwest Water Reclamation Plant Phase lA-0uti11ll Line, and further THAT the Mayor of the City of Lubbock is authorized and directed to execute, for and on behalf of the City of Lubbock a contract for said activities with the terms of the bid submitted attached hereto and incorporated herein. and related documents. Passed by the City Council on June 9, 2016 11-19- DANIEL M. POP , MAYOR ATTEST: Re -cca Garza, City Secre ry APPROVED AS TOWNTEN;T: //11 Z Wo('d FranKlin, P.E., Director of' Public Works APPROVED AS TO FORM: 4 A ny . Si p11 City tto y RFS.Bid Award-SJ Louis Construction o1'Texas Ltd 4.28.16 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: June 9, 2016 City of Lubbock Specifications for Northwest Water Reclamation Plant Phase 1A — Outfall Line RFP 16-12810-TF CONTRACT 12810 PROJECT NUMBER: 92221.9242.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 12 OF } City of ubbock TEXAS CITY OF LUBBOCK Lubbock, Texas Pau Intentionally Left Blank CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. 12016-60258 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: Date Filed: 05/23/2016 Date Acknowledged: 05/23/2016 i Name of business entity filing form, and the city, state and country of the business entity's place of business. S.J. Louis Construction of Texas Ltd Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12810 Northwest Water Reclamation Plant Phase 1A - Outfall Line 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Menebroker, Lucas Houston, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-60258 S.J. Louis Construction of Texas Ltd Houston, TX United States Date Filed: 05/23/2016 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12810 Northwest Water Reclamation Plant Phase 1A - Outfall Line 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Menebroker, Lucas Houston, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. 01 ,?4�� SAMUEL MONTOYA = Notary Public State of Texas = My Commission Expires July 19, 2016 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE //,��� 8� Sworn to and subscribed before me, by the said L.LkA5 G A.W5A0KEA this the 23 Ab day of MW 20 &. , to certify which, witness my hand'and seal of office. -<Ammaoro R Signature of off ic r administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx,us Version V1.0.1021 ADDENDA Pau Intentionally Left Blank ADDENDUM 1 Revised Proposal Submittal Form & Engineer's Addendum No. 1 RFP 16-12810-TF Northwest Water Reclamation Plant Phase 1 A — Outfall Line DATE ISSUED: April 11, 2016 CLOSE DATE: April 14, 2016, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Revised Proposal Submittal Form The "REVISED Proposal Submittal Form" — including the revised pages - is attached and should be submitted with your proposal. 1. A detailed description of the items on the new form is attached to the addendum. Engineer's Addendum No. 1 1. Please see Engineer's Addendum No. 1 for clarifications and the Revised Proposal Submittal Form. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(cmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 7006 574W CITY OF LUBBOCK Teofilo Flores City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc- or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. April 8, 2016 r-� ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF LUBBOCK, TEXAS NORTHWEST WATER RECLAMATION PLANT PHASE 1 A — OUTFALL PIPELINE RFP 16-12810-TF TO: PERSPECTIVE OFFERORS AND PLAN HOLDERS Attention is called to the following modifications to the referenced Plans, Specifications and Contract Documents for the above referenced project. We hereby modify the documents as follows: Item 1-1 Specifications, Proposal Submittal Form — UNIT PRICE PROPOSAL CONTRACT Remove the existing Proposal Submittal Form and replace with the REVISED Proposal Submittal Form attached to this Addendum. Item 1-2 Specifications, Section 01002 — MEASUREMENT AND PAYMENT Remove the existing Section 01002 — Measurement and Payment Specification and replace with the REVISED Measurement and Payment Specification attached to this Addendum. Item 1-3 Specification, Section 01105 — SEQUENCE OF CONSTRUCTION The following shall be added after paragraph 1.2.6.1: C. Slide Road Outfall Pipeline Installation: 1. The portion of the Outfall Pipeline located under and near Slide Road (STA. 0+00 to STA. 10+00) shall be constructed within the first 8 months from the issuance of the Notice to Proceed in order to not hinder the proposed paving improvements along Slide Road. Item 1-4 Specification, Section 15023 — PIPING SYSTEM, REINFORCED CONCRETE PIPE Delete paragraph 2.1.A.1.a in its entirety and replace with the following: a. 20-feet of cover or less — Class III, Wall B b. Greater than 20-feet of cover — Class V, Wall C Page 1 Item 1-5 Specification, Section 15030 — PVC AND CPVC PRESSURE PIPE Delete Paragraph 2.1.A in its entirety and replace with the following: A. PVC Sewer Pipe, NPS 18 and Larger: ASTM F 679, SDR 35 PS 46, with bell - and -spigot ends for gasketed joints with ASTM F 477, elastomeric seals. B. DI Fittings for PVC Sewer Pipe: AMA C110 or C153, Cement -Mortar Lined in accordance with AMA C104, and Epoxy Coated on the exterior of the fitting in accordance with AMA C116. Item 1-6 Plans, Sheet C-001, PLAN AND PROFILE, STA.0+00 to STA. 11+00, OUTFALL PIPELINE Add the following note to STA. 0+00: Tie-in to existing C905, DR-25 PVC Outfall Pipeline. Item 1-7 Clarification, EXCAVATION Any rock encountered during the construction of the Outfall Pipeline shall be considered subsidiary to the unit bid price provided for pipeline installation. Item 1-8 Clarification, POWER POLE REMOVAL LP&L more than likely will not remove the pole line on the south side of Kent St. on time for construction but they can de energize individual poles upon request. All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ENPROTEC/HIBBS & TODD, INC. TBPE Firm No. 1151 By Colden S. Rich, P.E. #110231 Engineer _ Page 2 i..................... . COLDEN S. RICH NW Water Reclamation Plant — Phase 1A Effluent Outfall Line City of Lubbock, Texas Proposal Page # 1 R REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 16-12810-TF Northwest Water Reclamation Plant Phase 1A — Outfall Line Proposal of Offeror) (hereinafter called To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Northwest Water Reclamation Plant Phase 1A — Outfall Line 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 BID — OUTFALL PIPELINE ITEM NO DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY PRICE 1 Mobilization, Insurance, and Bonding LS 1 2 Development, design, and implementation of the LS 1 Storm Water Pollution Prevention Plan including, necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, monitored, complete and in place asspecified 3 Development, design and implementation of trench LF 18,700 and excavation safety 4 Development and implementation of Traffic LS 1 Control Plan 5 Right-of-way Preparation and Re -vegetation STA 187 6 Remove and Properly Dispose of Existing SY 14,500 Pavement Offeror's Initials: t�s NW Water Reclamation Plant — Phase I Effluent Outfall Line City of Lubbock, Texas Proposal Page # 2R REVISED ITEM NO DESCRIPTION SIT ESTIMATED UNIT PRICE EXTENDED QUANTITY PRICE 7 Furnish and install 6" flexible base (caliche) on SY 15,700 suitable compacted subgrade with 2" Type "D" Fine Graded HMAC surface course per Section 8, Standard Specifications for Streets and Drainage, City of Lubbock Design Standards and Specifications 8 Sawcut and Remove existing Driveway SY 150 9 Furnish and install Gravel Surface Driveway SY 1,200 10 Furnish and install new 36 inch CCFRPM LF 13,200 (HOBAS) outfall pipeline at the NW Water Reclamation Plant as illustrated in plans and specified (0 - 20 ft. depth) I Furnish and install new 36 inch CCFRPM LF 53600 (HOBAS) outfall pipeline at the NW Water Reclamation Plant as illustrated in plans and s ecified (20 — 50+ ft. depth) 12 Furnish and install 6 ft. diameter Manholes along EA 4 the pipeline including manhole, risers, covers, frames, rings, linings, coating, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation at all depths 13 Furnish and install reinforced Concrete Outfall LS 1 Structure and Concrete Drain Way, as specified, complete and in place as specified 14 Furnish and install TXDOT TYPE "R" Grouted CY 50 Stone Riprap on Geotextile Fabric as specified, complete and in place as specified 15 Remove existing 4-foot chain -link fence and LF 2,005 construct 8-foot chain -link fence on the State School Property as illustrated in plans and specified 16 Remove and Properly dispose of materials CY 100 unsuitable for use as backfill materials as specified, complete and in place as specified TOTAL BASE BID (Items 1 thru 16) $ Offeror's Initials: f j NW Water Reclamation Plant — Phase 1A Effluent Outfall Line City of Lubbock, Texas Proposal Page # 3R REVISED ALTERNATIVE BID "A" — POLYVINYL CHLORIDE PIPE (PVC) NOTE: Alternative Bid "A" will be replacing Base Bid Items 10, 11, and 12 with Alternative Bid Items A-10, A-11, and A- 12. ITEM ESTIMATED - NO DESCRIPTION AND UNIT PRICE UNIT QUANTITY A-10 Furnish and install new 36 inch PVC outfall LF 13,200 pipeline at the NW Water Reclamation Plant 1 as illustrated in plans and specified (0 - 20 ft. depth) A-11 Furnish and install new 36 inch PVC outfall LF 5,600 pipeline at the NW Water Reclamation Plant as illustrated in plans and specified (20 — 50+ ft. depth) A-12 Furnish and install 6 ft. diameter Manholes EA 4 along the pipeline including manhole, risers, covers, frames, rings, linings, coating, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation at all depths TOTAL ALTERNATIVE BID A (Items A-1 thru A-3) $ ALTERNATIVE BID `B" — REINFORCED CONCRETE PIPE (RCP) NOTE: Alternative Bid `B" will be replacing Base Bid Items 10, 11, and 12 with Alternative Bid Items B-10, B-11, and B-12. ITEM NO DESCRIPTION AND UNIT PRICE UNIT ESTIMATED QUANTITY B-10 Furnish and install new 36 inch RCP outfall LF 13,200 pipeline at the NW Water Reclamation Plant as illustrated in plans and specified (0 - 20 ft. depth) B-11 Furnish and install new 36 inch RCP outfall LF 5,600 pipeline at the NW Water Reclamation Plant as illustrated in plans and specified (20 — 50+ ft. depth) B-12 Furnish and install 6 ft. diameter Manholes EA along the pipeline including manhole, risers, covers, frames, rings, linings, coating, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, r adaptors and all other appurtenances and l incidentals necessary for manhole installation at all depths TOTAL ALTERNATIVE BID "B" (Items B-1 thru B-3) $ Offeror's Initials: NW Water Reclamation Plant — Phase 1A Effluent Outfall Line City of Lubbock, Texas Proposal Page # 4R REVISED Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (270) TWO HUNDRED SEVENTY CONSECUTIVE CALENDAR DAYS and attain Final Completion within (300) THREE HUNDRED CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $400 (FOUR HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $200 (TWO HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): 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 six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials: NW Water Reclamation Plant — Phase 1A �. Effluent Outfall Line City of Lubbock, Texas Proposal Page # 5R REVISED 4 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive scaled 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 FROM 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 MIMBE 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 Other (Specify) American SECTION 01002 REVISED MEASUREMENT AND PAYMENT PART GENERAL The 'Bid Price" for each item, as set forth in the Proposal, shall include the furnishing of all labor, tools, materials, machinery, appliances, plant and equipment appurtenant to and necessary for the construction and completion in a workmanlike manner of all work as herein specified in strict accordance with these Specifications and accompanying Plans. The 'Bid Price" shall also include any and all kinds, amount or class of excavation, backfilling, pumping (including bypass pumping), or drainage, sheeting, shoring and bracing, disposal of any and all surplus materials, protection of all overhead, surface or underground structures; removal and replacement of any poles, conduits, pipelines, appurtenances and connections, cleaning up, overhead expense, bond, public liability and compensation and property damage insurance, patent fees, and royalties, risk due to the elements, and profits, unless otherwise specified. The bid price shall also include all other incidentals not specifically mentioned above that may be required to fully construct each item complete in place in accordance with the Specifications and accompanying Plans. The CONTRACTOR shall take all measures necessary to protect existing structures, lawns, trees, shrubbery, etc., in the areas adjacent to the work which is not necessary to cut as a part of the construction, and if damaged, shall replace them in as good condition or better than previously existed at his own cost and expense without additional compensation from the OWNER. Listed below are descriptions of items as listed in the Proposal and the manner in which payment shall be awarded for each. If there is not a specific measurement and/or payment section, paragraph or item associated with each Technical Specification contained in this Contract Document, then the following descriptions shall be used to describe measurement and payment. If there is not a bid item provided for work identified on plans or in specifications, it shall be understood to be subsidiary to construction, measurement, and payment of one of the following Bid Items provided below. PART 2 BID ITEMS 2.1 BASE BID, ITEM NOS. 1 THROUGH 20 — OUTFALL PIPELINE: A. ITEM NO. 1 — Mobilization, Insurance, and Bonding The lump sum price bid shall be full compensation for all costs associated with mobilization and demobilization, bonds and insurance. Fifty percent (50%) of the bid amount will be paid in the first pay request and 50% will be paid in the last pay request. This item may be no more than 5% of the total amount bid. B. ITEM NO. 2 — Storm Water Pollution Prevention Plan The lump sum bid item shall be full compensation for designing, furnishing and installing a storm water discharge pollution prevention system and shall include all geotechnical work, permits, any required seeding or sodding, design and material and labor necessary to provide a pollution prevention system in accordance with Specification Section 02220, and including additional measures as may be required to meet local codes and ordinances, proper maintenance of City of Lubbock NW Water Reclamation Plant Phase 1A Measurement and Payment Project No. 5473 01002 - 1 R April 8, 2016 the systems during and after construction and proper removal and disposal when completed. Payment for the pollution prevention system shall be lump sum. C. ITEM NO. 3 — Trench and Excavation Safety The unit price bid shall be full compensation for designing, furnishing and installing a trench safety system and shall include all geotechnical work, all shoring (including any special shoring), sheeting, bracing and any other equipment, labor, designed by a Professional Engineer, and inspected by competent personnel on a daily basis, and all material necessary to provide a trench safety system in accordance with Specification Section 02220 for all aspects of the project. The trench safety system shall be measured and paid per linear foot along the centerline of the pipeline. D. ITEM NO.4 — Traffic Control Plan The unit price bid per lump sum to design and implement a traffic control plan. All traffic control devices and layouts shall be in accordance with Texas Department of Transportation "Manual of Uniform Traffic Control Devices" and Specification Section 01570. The construction of temporary driveway, street crossing, and curb cuts shall be considered subsidiary to this bid item. Contractor shall maintain a minimum of one lane of traffic at all times on all streets. The traffic control plan shall be designed to allow for unimpeded traffic from all private residences accessed from within project limits. Measurement and payment for this item shall be made on a lump sum basis and shall include all labor and materials to assure proper traffic and pedestrian safety and flow during construction. E. ITEM NO. 5 — Right -of -Way Preparation Measurement and payment for this bid item shall be made on a per station basis and shall include removal and disposal of existing vegetation, removal, storage, and reinstallation of existing top soil, temporary shoring required for existing power poles, re -vegetation of the existing right-of-way, removal, storage, and reinstallation of the existing mailboxes, providing temporary mail facilities, removal, storage, and reinstallation of the existing roadway signs, furnish and install temporary access gates, irrigation/sprinkler systems removal and reinstallation, preliminary and final grading, seeding, sodding and fence removal and replacement. F. ITEM NO. 6 — Remove and Dispose of Existing pavement Measurement and payment for this item shall be made on a square yard basis and shall include any required sawcut and removal / disposal of existing pavement on Kent Street, in preparation for new asphalt pavement to be installed. G. ITEM NO. 7 — Furnish and Install HMAC Pavement Measurement and payment for this item shall be made on a square yard basis and shall include the installation of 6-inches flexible base (caliche) on compacted subgrade with 2-inches of Type "D" Fine Graded HMAC surface course per Section 8, Standard Specifications for Streets and Drainage, City of Lubbock Design Standards and Specifications, made on a square yard basis and shall include all labor and materials for clearing, subgrade preparation, excavating, City of Lubbock NW Water Reclamation Plant Phase 1A Measurement and Payment Project No. 5473 01002 - 2R April 8, 2016 filling, placing and compacting the base material, installing asphalt pavement (hot -mix, surface treatment), and application of all required pavement markings and appurtenances. H. ITEM NO. 8 — Sawcut and Remove Existing Driveways Measurement and payment for this item shall be made on a square yard basis and shall include any required sawcut and removal / disposal of existing driveways along Kent Street, in preparation for new driveways to be installed. ITEM NO. 9 — Furnish and Install Gravel Surface Driveways Measurement and payment for this item shall be made on a square yard basis and shall include the installation of 8-inches of compacted flexible base on compacted subgrade per TxDOT Item 247, Type "A", Grade 1 or 2, compacted to 95% standard proctor and shall include all labor and materials subgrade preparation, excavating, filling, placing and compacting the base material, and appurtenances. ITEM NO. 10 — Furnish and Install 36-inch CCFRPM Outfall Pipeline The unit price bid per linear foot of 36-inch diameter CCFRPM Pipe for the plant effluent gravity pipeline at depths up to 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. K. ITEM NO. 11 — Furnish and Install 36-inch CCFRPM Outfall Pipeline The unit price bid per linear foot of 36-inch diameter CCFRPM Pipe for the plant effluent gravity pipeline at depths deeper than 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for City of Lubbock NW Water Reclamation Plant Phase 1A Measurement and Payment Project No. 5473 01002 - 3R April 8, 2016 acceptable installation completely in place. P Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of ry connecting pipes or to ends of pipes, with no deduction in length made for L.. manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. L. ITEM NO. 12 — Furnish and Install 6-foot Diameter Manholes This bid item includes furnishing and installing 72-inch diameter manholes along the pipeline. This includes manhole risers, covers, frames, rings, linings, coating, concrete, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation. This item will be paid per each manhole installed independent of depth. M. ITEM NO. 13 — Furnish and Install Concrete Outfall Structure Measurement and payment for the installation of the reinforced concrete outfall structure and drainage way on a lump sum basis. This item includes all labor, materials for the excavation, formwork, concrete construction, grading and all other appurtenances and incidentals for a complete installation. N. ITEM NO. 14 — Furnish and Install Type "R" Rip -Rap Measurement and payment for furnishing and installing TxDOT Type "R" grouted stone riprap on geotextile fabric, on the basis of cubic yards, including all labor and materials for the preparation, excavation, grading, furnishing and installing geotextile fabric, stone riprap, grouting and all other appurtenances and incidentals for a complete installation. O. ITEM NO. 15 — Existing Manhole Adjustments Measurement and payment for adjustment of existing manhole frame and covers, on the basis of each adjustment, including all labor, materials, appurtenances and incidentals for a complete installation per plans and specifications. P. ITEM NO. 16 — Remove and Properly Dispose of Unusable Materials Measurement and payment for this item shall be made on a cubic yard basis and shall include the all labor and materials necessary to excavate and property dispose of any materials deemed by the Owner or Owner's Representative as being unsuitable for use as backfill material. This bid item shall include and but not be limited to removal and proper disposal of materials, fees required for proper disposal, loading, unloading, and transportation of material to disposal site, purchase and delivery of any materials required to replace removed materials and appurtenances required to complete the backfill of the pipeline as specified. City of Lubbock NW Water Reclamation Plant Phase 1A Measurement and Payment Project No. 5473 01002 - 4R April 8, 2016 i 2.2 ALTERNATIVE BID "A", ITEM NOS. A-10 THROUGH A-12 — POLYVINYL CHLORIDE PIPE (PVC) — Note: Alternative Bid "A" will be replacing Base Bid Items 10, 11, and 12 with Alternative Bid Items A-10, A-11, and A-12. A. ITEM NO. A-10 — Furnish and Install 36-inch PVC Outfall Pipeline The unit price bid per linear foot of 36-inch diameter PVC Pipe for the plant effluent gravity pipeline at depths up to 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. B. ITEM NO. A-11 — Furnish and Install 36-inch PVC Outfall Pipeline The unit price bid per linear foot of 36-inch diameter PVC Pipe for the plant effluent gravity pipeline at depths deeper than 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. C. ITEM NO. A-12 — Furnish and Install 6-foot Diameter Manholes City of Lubbock NW Water Reclamation Plant Phase 1A Measurement and Payment Project No. 5473 01002 - 5R April 8, 2016 i This bid item includes furnishing and installing 72-inch diameter manholes along the pipeline. This includes manhole risers, covers, frames, rings, linings, coating, concrete, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation. This item will be paid per each manhole installed independent of depth. 2.3 ALTERNATIVE BID "B", ITEM NOS. B-10 THROUGH B-12 — REINFORCED CONCRETE PIPE (RCP) — Note: Alternative Bid "B" will be replacing Base Bid Items 10, 11, and 12 with Alternative Bid Items B-10, B-11, and B-12. A. ITEM NO. B-10 — Furnish and Install 36-inch RCP Outfall Pipeline The unit price bid per linear foot of 36-inch diameter RCP Pipe for the plant effluent gravity pipeline at depths up to 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. B. ITEM NO. B-11 — Furnish and Install 36-inch RCP Outfall Pipeline The unit price bid per linear foot of 36-inch diameter RCP Pipe for the plant effluent gravity pipeline at depths deeper than 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete City of Lubbock NW Water Reclamation Plant Phase 1A Measurement and Payment Project No. 5473 01002 - 6R April 8, 2016 11 encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. C. ITEM NO. B-12 — Furnish and Install 6-foot Diameter Manholes This bid item includes furnishing and installing 72-inch diameter manholes along the pipeline. This includes manhole risers, covers, frames, rings, linings, coating, concrete, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation. This item will be paid per each manhole installed independent of depth. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1A Measurement and Payment Project No. 5473 01002 - 7R April 8, 2016 O City O Lubbo T E X as ADDENDUM 2 Clarifications RFP 16-12810-TF Northwest Water Reclamation Plant Phase IA — Outfall Line DATE ISSUED: April 12, 2016 CLOSE DATE: April 14, 2016, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Clarifications: 1. CCFRPM pipe in bid items 10 and 11 will apply to any pipe that meets ASTM D3262. 2. The contractor will not receive any compensation due to delay of construction from wildlife mitigation. Reasonable requests for time extensions due to wildlife mitigation will be considered." All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresEvinylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, /e*& 5*w" CITY OF LUBBOCK Teofilo Flores City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anv lanauage. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 11 City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 16-12810-TF 4 Northwest Water Reclamation Plant Phase 1A — Outfall Line Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (I) one original copy of every item listed. 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken" Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. X Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained i in detail and submitted with Bid. 7. X_ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include ftrm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. X Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. X Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: I ]. X Please submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. S.J. Louis Construction of Texas Ltd. (Type or Print Company Name) { Page Intentionally Left Blank 2. _.= 3. s 4. 5. 6. r 7. 8. 9. 10. 11. 11. 12. 12. 13. INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269-151 THUR 2269-058 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Pate Intentionally Left Blank NOTICE TO OFFERORS d Page Intentionally Left Blank Notice to Offerors RFP 16-12810-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of °s Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on April 14, 2016, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "Northwest Water Reclamation Plant Phase 1A — Outfall Line" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on April 14, 2016, and the City of Lubbock City Council will consider the proposals on May 12, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on March 31, 2016, at 10:00AM, in Committee Room 103, 1625131h Street, Lubbock, TX 79401. v Offerors may view the plans and specifications without charge at The Reproduction Company, . 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Maria MvareZ Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank r , GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Northwest Water Reclamation Plant Phase 1A — Outfall Line per the attached specifications and contract documents. Sealed proposals will be received no later than 2:OOPM, April 14, 2016 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 16-12810-TF, Northwest Water Reclamation Plant Phase IA — Outfall Line" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, March 31, 2016 in Committee Room 103 1625 13`h Street Lubbock TX 79401 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsvnc.com. We strongly suggest that you check for any w addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. .: 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. 1 At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued byPr the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days" before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. [A 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred r in the preparation and submission of a proposal. PA 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS .. It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as _a noted in the Notice to Offerors. i e 3 e_ . 1' r! 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 300 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 4 1 1-4 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 proj ect. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage _ r completed. (b) A sworn statement of the current financial condition of the proposer. r (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor 6 6 t 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ' ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance -' shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of - each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall 7 immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. t 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to t do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the I changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name ; r 29.3.2 Proposal "RFP 16-12810-TF NORTHWEST WATER RECLAMATION PLANT PHASE 1A — OUTFALL LINE" j g i i 30 31 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of T3 supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 15% for Contractor Qualifications, 10% References, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 15% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 10% REFERENCES: When evaluating a contractor's references, the City uses the references attached to the Contractor's proposal in "Attachment A - Current Projects and Project Completed within the last 10 Years" of the Contractor's Statement of Qualifications. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum 10 vof five points allowable. Each evaluator assigns points based upon the responses to reference checks. 32.4 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.5 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.6 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.7 The estimated budget for the construction phase of this project is $14,000,000 32.8 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 11 1I GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE a REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. �5 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the 1 's 12 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. 2 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to C. and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 Page Intentionally Left Blank TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later i_ than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Paee Intentionally Left Blank PROPOSAL SUBMITTAL FORM Pau Intentionally Left Blank NW Water Reclamation Plant — Phase 1 A Effluent Outfall Line City of Lubbock, Texas Proposal Page # 1R REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: April 14, 2016 PROJECT NUMBER: RFP 16-12810-TF Northwest Water Reclamation Plant Phase 1A — Outfull Line Proposal of S.). Louis Construction of Texas Ltd. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) t Y, Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Northwest Water Reclamation Plant Phase 1A Outfall Line 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 BID _ OUTFALL PIPELINE ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO QUANTITY PRICE I Mobilization, Insurance, and Bonding LS 1 3 00,000. 00 300, 000.00 2 Development, design, and implementation of the LS 1 5-1,000,00 5'1,000.00 Storm Water Pollution Prevention Plan including, necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, monitored, complete and in place asspecified 3 Development, design and implementation of trench LF 18,700 0.01 197. 00 and excavation safety 4 Development and implementation of Traffic LS 1 io, 000, 0a 26, 000. 00 Control Plan 5 Right-of-way Preparation and Re -vegetation STA 187 70 d. 00 6 Remove and Properly Dispose of Existing SY 14,500 S.00 7a, 5'00. 00 Pavement Offeror's Initials:._ L4r% NW Water Reclamation Plant — Phase 1A Effluent Outfall Line City of Lubbock, Texas Proposal Page # 2R REVISED ITEM NO DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY PRICE 7 Furnish and install 6" flexible base (caliche) on SY 15,700 34, F0_4 Y331800. U0 suitable compacted subgrade with 2" Type "D" Fine Graded HMAC surface course per Section 8, Standard Specifications for Streets and Drainage, City of Lubbock Design Standards and Specifications 8 Saweut and Remove existing Driveway SY 150 I l . oo 1, 65'0 , 00 9 Furnish and install Gravel Surface Driveway SY 1,200 18. 0D at1600. 00 10 Furnish and install new 36 inch CCFRPM LF 13,200 31a.00 q, g1o,100. oo (HOBAS) outfall pipeline at the NW Water Reclamation Plant as illustrated in plans and specified (0 - 20 ft. depth) I 1 Furnish and install new 36 inch CCFRPM LF 5,600 384,00 a, ISO, 400. 00 (HOBAS) outfall pipeline at the NW Water Reclamation Plant as illustrated in plans and specified 20 — 50+ ft. de th 12 Furnish and install 6 ft. diameter Manholes along EA 4 lye 6S0 . va 5-9, 600. 00 the pipeline including manhole, risers, covers, frames, rings, linings, coating, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation at all de the 13 Furnish and install reinforced Concrete Outfall LS I y3,000.00 q3, 0w.ov Structure and Concrete Drain Way, as specified, complete and in place as specified 14 Furnish and install TXDOT TYPE "R" Grouted CY 50 40o. 0o A0, 000.00 Stone Riprap on Geotextile Fabric as specified, complete and in place as specified 15 Remove existing 4-foot chain -link fence and LF 2,005 25.00 5-0, 1 A s 00 construct 8-foot chain -fink fence on the State School Property as illustrated in plans and specified 16 Remove and Properly dispose of materials CY 100 100.00 )0,000,00 unsuitable for use as backfill materials as specified, complete and in place as specified TOTAL BASE BID (Items I thru 16) $ 8, 375, 65-$. 00 I Offeror's Initials: LGIi NW Water Reclamation Plant — Phase 1A t Effluent Outfall Line City of Lubbock, Texas Proposal Page # 3R REVISED ALTERNATIVE BID "A" -- POLYVINYL CHLORIDE PIPE (PVC) NOTE: Alternative Bid "A" will be replacing Base Bid Items 10, 11, and 12 with Alternative Bid Items A- 10, A-11, I and A-12. I NO DESCRIPTION AND UNIT PRICE UNIT QTUANT TYD A-10 Furn nd install new 36 inch PVC outfall LF 13,200 3 7§', po qrp� Uvd.oU pipeline a NW Water Reclamation Plant as illustrated in and specified (0 - 20 ft. depth) A-1 1 Furnish and install new 3 PVC outfall LF 56 414.00 7 3i8, y00.00 pipeline at the NW Water Recta ` n PIant as illustrated in plans and specified (2 - + 0000 ft. de th) A-12 Furnish and install 6 ft. diameter Manholes 4 1 �� app, co 48, Vop, 00 along the pipeline including manhole, s, covers, frames, rings, Iinin oating, embedment, grouting the sole base to pipe springline, exeav ,backfill, fittings, adaptors and al er appurtenances and incidentals ssary for manhole installation at all is 00-110� TOTAL ALTERNATIVE BID A (Items A-1 thru A-3) $ 710 317, > ALTERNATIVE BID °B" — REINFORCED CONCRETE PIPE (RCP) NOTE: Alternative Bid "B" will be replacing Base Bid Items 10, 11, and 12 with Alternative Bid Items 8-10, 13-11, and B-12. ESTIMATED Np DESCRIPTION AND UNIT PRICE UNIT QUANTITY B-10 Furn nd install new 36 inch RCP outfall LF 13,200 291. pp 5, "1 coo, oa pipeline at W Water Reclamation plant as illustrated in p and specified (0 - 20 ft. depth) B-1 I Furnish and install new 36 1 RCP outfall LF 5,600 4 33.00 a, y ay gm, o0 pipeline at the NW Water Reclam n Plant as illustrated in plans and specified (20 — + ft. depth) B-12 Furnish and install 6 ft. diameter Manholes �{ 1a, aao. as 48, 5do. 00 along the pipeline including manhole, ri , covers, frames, rings, linings, ating, embedment, grouting the ole base to pipe springline, ex ' ,backfill, fittings, adaptors and all er appurtenances and incidentals sary for manhole installation at all d s TOTAL ALTERNATIVE BID "B" (Items B-1 thru B-3) $ 91113, loo, 00 Offeror's Initials: I.CN► NW Water Reclamation Plant — Phase 1A Effluent Outfall Line City of Lubbock, Texas Proposal Page # 4R REVISED Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (270) TWO I4UNDRED SEVENTY CONSECUTIVE CALENDAR DAYS and attain Final Completion within (300) THREE HUNDRED CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of S400 (FOUR_ HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $200 (TWO HUNDRED DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): 270 (Two Hundred Seventy Consecutive Calendar Days) The proposed number of calendar days to final completion. (Number followed by written): 300 (Three Hundred Consecutive Calendar Days) , Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six f601 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that lie has visited the site of the work and has carefully examined the ®m plans, specifications and contract documents pertaining to the work covered by this proposal, and lie 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. Offeror's Initials: l i-I Py Ll [1 NW Water Reclamation Plant — Phase I Effluent Outfall Line City of Lubbock, Texas i Proposal Page # 5R REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for NIA Dollars ($ N/A ) or a Proposal Bond in the sum of Five Percent of Bid Amount Dollars ($ 5°!° ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive scaled 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 FROM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Not Applicable Secretary Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 4 11 16 Addenda No. __2 Date 4 116 Addenda No. Date_ Addenda No. Date M/MBE Firm: Not Applicable Date: April 14, 2016 1A'�►i thorized Signature Lucas C. Menebroker (Printed or Typed Name) S.J. Louis Construction of Texas Ltd. Company 2525 N. Loop West, Suite 220 Address Houston , Harris City, County Texas , 77008 State Zip Code Telephone: (832) _ 767-4964 Fax: (832) _ 767-4681 Email: lucasm@louis.com FEDERAL TAX ID or SOCIAL SECURITY No. 36-4255294 Woman Black American Native American Hispanic American Asian Pacific Other [Spgcifyl American 1 The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following action, as if a meeting had been properly called pursuant to notice and all governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, that the following persons are hereby appointed or re -appointed to the offices of this Company set opposite their respective names to hold office until their respective successors are chosen and qualify: James L. Schueller Les V. Whitman David Dickerson Lucas Menebroker Peter Stahl Adam Lunsford Justin Whitman Donald Meyer Philips J. Vallakalil Jim Smith President / Chief Manager Executive Vice President / General Manager Vice President / South Texas Area Manager Vice President / Houston Area Manager Vice President / Construction Manager Vice President / Construction Manager Vice President / Construction Manager Chief Financial Officer / Secretary / Treasurer Secretary / Treasurer / General Counsel / Contracts Director Vice President of Equipment and Trucking There are no other officers of S. J. Louis, LLC. RESOLVED FURTHER, the Executive Vice President of the Company shall assume all duties of the President and Chief Manager in the event of the death or disability of the current President / Chief Manager, as defined in that Unanimous Consent dated January 1, 2005. RESOLVED FURTHER, that the President, Executive Vice President, and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis, LLC, the General Partner of S.J. Louis Construction of Texas, Ltd.. RESOLVED FURTHER, Philips J. Vallakalil as Secretary, David Dickerson, Adam Lunsford, Justin Whitman, Lucas Menebroker, and Pete Stahl are authorized to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for S.J. Louis Construction of Texas, Ltd. Page 1 of 2 SJ Louis LLC 10-6-15 TX Consent RESOLVED FURTHER, John Zupan, Sam Montoya, and Curtis Ostrander are authorized to sign Construction Bids for S. J. Louis Construction of Texas Ltd. projects. RESOLVED FURTHER, that all prior signature authorizations are herein deleted, denied, and superseded by this Unanimous Consent to Action. RESOLVED FURTHER, all acts pursuant thereto taken by members of the Board of Governors or by Officers of the Company since the last recorded meeting, are hereby ratified and approved in all respects. IN WITNESS WHEREOF, the undersigned, constituting all of the governors and ` members of the Company entitled to vote on the matters presented herein, have executed this Unanimous Consent to Action In Lieu of Annual Meeting, effective October 6, 2015. Page 2 of 2 SJ Louis LLC 10-6-15 TX Consent BOARD OF GOVERNORS: 117 f f ,James Schueller, Governor i AAIA Document A31 0 TM -20111 Sm 41't 0 Me CONTRACTOR: SURETY: (?Vance, legal status and address) (Nance, legal status and principal place S. J. LOUIS CONSTRUCTION OF TEXAS, LTD of business) 2525 Loop W. Suite #i220 Houston, Tx 77006 LIBERTY MUTUAL INSURANCE COMPANY Hous175 Berkeley Street Boston, MA 02116 OWNER: (Vance, legal status and address) CITY OF LUBBOCK This document has Important legal consequences. Consultation with an attorney is encouraged with respect to Rs completion or modification. 1625 13th Street, Room 204, Lubbock, TX 79401 Any singular reference to Contractor, Surely, Owner or BOND AMOUNT' Five percent of amount b'd other party shall be considered (5% of Amount Bid) plural where applicable. PROJECT: (Nacre, location or address, and Project number, ifanv) Northwest Water Reclamation Plant Phase I —Oulfall Line Project Number, if arty: The Contractor and Surely are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if die Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by die Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and odhenvise acceptable to the (honer, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perfonn die hvork covered by said bid, then this obligation shall be null and void, odhenvise to remain in full force and effect. The Surely hereby waives any notice of an agreement between the Owner and Contractor to extend dic time in which the Owner may accept the bid. Waiver of notice by the Surely shall not apply to any extension exceeding sixty (60) days in the aggregate beyond die time for acceptance of bids specified in the bid documents, and the Owner and Contractor slhall obtain the Surety's consent for an extension beyond sixty (60) days_ If this Bond is issued in connection with a subcontractors bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor, %Vhen this Bond has been furnished to comply avith a statutory or other legal requirement in the Iocation of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein, When so furnished, the intent is dial dtis Bond shall be conned as a statutory bond and not as a common law bond. Signed and scaled thus 7th day of April, 2016 S. J. LOUIS CONSTRUCTION OF TEXAS, LTD. 1 (Principal) (Seal) �(Tirle) ��•►, c ntrrr�rccc.� w� r,...-,•�r.� f LI TY MUTUAL INSURANCE COMPANY t Xr ) (Seal) (Tit M a , rnsy In Fact AIA Document A310TM — 2010. Copyright 0 1963,1970 and 20W by The American Institute or Arch%ecds All rights reserved. LIMITED PARTNERSHIP ACKNOWLEDGMENT State of Texas ss. County of On this day of _ -. ,2016, before me personally appeared o to me known who being by me duly sworn, that he/she is the USTaJ of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing instrument, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. SRMUEL MONTOYA V. Notary Public, Stole of ]jexos]Notary P c t tsunty, AsIX �� My Commission ExplJuly 19, 2016My commission expires_________ , ACKNOWLEDGMENT OF CORPORATE SURETY State of Texas ss. ICounty of Dallas On this 7th day of April ,2016, before me appeared V. DeLene Marshall to me personally known who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of Liberty Mutual Insurance Companya corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said V. DeLene Marshall acknowledged said instrument to be the free act and deed of said corporation. emy S HUyTERNotary t=u�ic Notary Public Dallas County, Texas State of Texas My commission expires 03/12/2017 Comm. Expires 03-12-2017 4 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. � This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to fhb extent herein stated, Certificate No. ?V5285 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWNALLALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duty organzed under the caws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company 3 is a corporation duty organized under the laws of the Slate of Indiana (herein collectively called the'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Comell; Kelly A. Westbrook; Ricardo J. Reyna; Robbi Morales; Sophinie taunter; V. DeLene Marshall all of the city of Dallas state of TX each individually if there be more than one named, Its true and lawful attomey-€nfact to make, execute, seal, acknowledge and deliver, for and on its behalf as surely and as its act and deed, any and all undertakings, bonds, recognizances and outer surety obligat€ons, In pursuance of these presents and shall be as binding upon the Companies as it they have been duly signed by the president and attested by the secretary of the Companies In their own proper persons IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companes have been affixed thereto this 25th day of February 2016 Ptst) CAS& L1'1 INas&� *, twsugl PN wsl,q� American Fire and Casualty Company a The Ohio Casualty Insurance Company y z o Liberty Mutual Insurance Company d 1906 0 1919 ^ 1912 ° ` 1991 r w West titan Insurance Company STATE OF PENNSYLVANIA ss Davy M. Care , Assistant Secretary COUNTY OF MONTGOMERY051 On this 25th day of February 2016 . before me personally appeared David M Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, >,U) execute the foregoing instrument for the purposes therein contained by signing on behaff of the corporations by himself as a duly authorized officer IN WITNESS WHEREOF, I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.. C 3 �gP ppsTe COMMONWEALTH OF PENNSYt VAN1A` o"wry !! Notarial Seat �= v Teresa Pastella, Notary Public By: �I��LC- -� C of Plymouth UP. Montgomery county Teresa Pastels, Notary Public �f My Commission Exp3ras Meech 2e. 2017 0 Member. Pennsylvania Association of Nmanem � E This Power of Attorney is made and executed pursuant loan by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance v Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows. ARTICLE IV— OFFICERS — Section 12. Power of Altomey Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject O C to such limitation as the Chairman or the President may prescribe, shall appoint such ahomeys-in-fact, as may be necessary to act In behalf of the Corporation to make, execute, seal, .4) acknowledge and de-weras surety any and all undertakings, bonds, recognizances and other surety obligations, Such anorneys-infact, subject to the limitations set forth in their respect ve powers of attorney shall have fu t power to bind the Corporation by their signature and execution of any such nstruments and to attach thereto the seal of the Corporation. When so ' executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary, Any power or authority granted to any representative or altomey-in•facl under the provisions of this article may be revoked at any time by the Board. the Chai man, the President or by the officer or officers granting such power or authority 0) (3 ARTICLE All — Execution of Contracts — SECTION 5. Surety Bands and Undertakings. Any officer of the Company authorized for that purpose In writing by the chairman or the president, and subject to such kmiiations as the chairman or the president may prescribe, shall appoint such attomeys-in,fact, as may be necessary to act in behalf of the Company to make, execute, 1 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations Such attomeys-in-fact subject to the Imitations set forth in their r— respective powers of allomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O CD executed such instruments shall be as binding as if signed by the president and attested by the secretary, 0 ; Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M Carey, Assistant Secretary to appoint such attorneys -in- fact as may be necessary to act on behalf of the Company to make, execute seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligatons I _ Authorization— By unanimous consent of the Company's Board of Directors, the Company consents that facsimie or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shag be valid and binding upon the Company with ---- the same force and effect as though manually affixed. 1, Gregory W. Davenport, the undersigned, Assistant Secretary of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. el -y _ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of t _ 20 ��tgteCAS &q! 11 IHNS11 �JAy%NSua`Aycttssuq' z 1906 0 0 1919 ^ 1912 1991 ° 13y. 7. Gregory W. Davenport. Assistant Secretary s a A w I 53 of 500 LMS,12873_122013 TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (l l I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi,texas.gov E-mail: Consumerprotection(a)tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al I -877-751-2640 Usted tambien puede escribir a: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I -I A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httl2://www.tdi.tgygs.gov E-mail: ConsumerProtectionia2tdi.texas.goy DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en pane o condicion del documento adjunto. NP70680901 Paae Intentionally Left Blank Contractors Statement of Qualifications ' Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the g lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 10 S.J. LOUIS CONSTRUCTION OF TEXAS LTD. Attachment "A" S.J. Louis Construction of Texas Ltd. Mission Statement In 1998, James L. Schueller, LP partnered with Les Whitman, LVW Investments & SJ Louis LLC, to begin S.J. Louis Construction of Texas, Ltd., a limited partnership. Mr. Schueller and Mr. Whitman will continue to lead the S.J. Louis Companies with the grounding principles that were instilled from their farming and construction history - hard work, integrity, and quality. S.J. Louis will be unwavering in our commitment to providing quality services and safety performance. We guarantee a high quality, on -budget and on -time performance for every job. r� S.J. Louis won't just implement safety standards and meet safety regulations, we will put SAFETY FIRST. Assuring a safe environment for our employees and customers comes above all things. S.J. Louis is committed to building a culture of safety. It is our mission to create a working community in which every employee, new and seasoned, take responsibility to model, implement, and enforce all safety guidelines. S.J. Louis will continue to provide new and often state-of-the-art equipment which not only guarantees efficiency and quality, but also aides in �J keeping our employees safe. It is our close attention to detail, foundational knowledge of the cost of construction and our key personnel in Project Management/ Estimating coupled with our overall goal to continue bringing value to our clients that has established S.J. Louis Construction as a strategic resource for many owners/ engineers during the design and construction phases of their projects. S.J. Louis is always committed to constructing projects as designed and as defined within the Contract Documents. S.J. Louis continues to be recognized for doing quality work on -time and on -budget for various municipalities. Please find the attached letters of reference for your use and evalutation. UkiM@ REGIONAL UTILITY AUTHORITY A Parcnorship of Cedar Park, Leander, and Round Rock DATE: 10/01/2014 TO WHOM IT MAY CONCERN SUBJECT: Letter of Reference for S. J. Louis Construction of Texas I am the Program and Construction Manager for the Brushy Creek Regional Utility Authority. For the last 2 and 314 years, I've worked closely with S.J. Louis Construction of Texas (SJL) on 2 each 78" steel water transmission line related projects totaling over $27.8 Million. One of the projects was through what could be termed as a °hostile" urban construction environment. SJL has performed In an excellent manner on these difficult projects. Their projects have been completed on time. Projects have been completed in accordance with the plans and specifications — any discrepancies were resolved... Change Orders averaged 1.47 % and were mostly owner initiated - which means that SJL was cooperative and flexible in resolving project related issues. There are no claims. Disputes were quickly and responsibly resolved. SJL was quickly responsive to any citizen claims of property damage. There were no reported lost time accidents. Since one of the projects was through a congested urban area — a goal of less than 2 legitimate citizen complaints per week was established. SJL achieved 1.36 per week and was very response to correcting all legitimate complaints. SJL's personnel were knowledgeable, contentious, and hard workers. Mr. Ken Glover is an outstanding superintendent. Administrative staff was responsive, supportive and attentive to owner issues. A strong team effort was achieved. 512-215-9151(0) 1906 Hur Industrial Blvd 512-215-9158 (I) Cedar Park, Texas 78613 SJL Letter In summary -- SJL has done a great job on our projects. I took forward to working with them again. They have my highest recommendation. These are my personal views, and they have not been approved by BCRUA's Board or General Manager. Michael F. Thuss, P.E. 2011.12.1910:54:32 /-06,00, Michael F. Thuss, P.E. Program & Construction Manager BCRUA 2 {� AV- P&YJ Partners for a Beater Quolil of life December I7, 2015 Mr. Ted Zamora —Prcject_Manager _ _ S.J. Louis Construction of Texas, LTD 520 S. 6th Avenue Mansfield, Texas 76063 RE: Construction of University Blvd Phase 1 36" Water Transmission Main Dear Ted, S.J. Louis was the successful bidder on the City of Round Rock's University Blvd. Phase I - 36" Water Transmission Main project, which was part of the overall two phase project. The overall project created a water loop to allow for future development of eastern Round Rock. Construction began May 19, 2014 and was completed on time in April 2015. S.J. Louis also met an interim milestone completion to deliver water to an adjacent development by September 1, 2014. All contract modifications were resolved with a collaborative attitude among the individuals involved. Thank you and your S.J. Louis team for your contributions to the overall success of the University Blvd 36" Phase I - 36" Water Transmission Main Project. It was a pleasure to work with all the members of the S.J. Louis construction team. Each contractor had to perform well in order for the overall project to meet its goal of finishing on time. It is notable that construction change orders were minimal. Thank you for following up on the final closeout details for the contract. Best Wishes, Jesse Penn, PE Phase I Project Manager CP&Y, Inc. 13809 Research Blvd., Suite 300 Austin. TX 78750 512-349.0700 - 512.349.0727 fax www.cpyl.com Mayor Councilmembers City Manager �i Alan McGraw Craig Morgan Laurie Wadley Frank Leffingweil R R( TEXAS Will Peckham Mayor Pro -Tern Writ 8aese City Attorney UTILmr.5 AND ENVIRONMENTAL SERVICES DEPARTMENT George White Kris Whitfield Stephan L Sheets Mr. Ted Zamora S.J. Louis Construction 10515 Gulfdale St. Ste. 111 Li San Antonio, TX 78216 RE: S.J. Louis Construction - University Boulevard (Phase n and Parcel 150 (Phase 11) Recommendation Letter Dear Mr. Zamora: P We are pleased for the work that S.J. Louis Construction has made on the above reference project. Approximately 8,000 If of 36in transmission water main was installed along University Boulevard and approximately 7,000 if of 36in transmission water main along future Arterial A roadway. This project was completed months ahead of substantial completion and modifications were resolved with a teamwork attitude which include Design Engineers, S. J. Louis staff, and the City of Round Rock project team. On behalf of City of Round Rock, I want to thank S.J. Louis for its contribution to the overall success of this project. It was a pleasure to work with S.J. Louis construction team and found that the persormel to be very professional and easy to work with. The project came in under time allowed and under budget. n In short, very well done and hope to do work with S.J. Louis Construction on future projects. �lJ Regards, re, �! Eddie Za a Project ager Senior — City of Round Rock CITY OF ROUND ROCK 2008 Enterprise Drive, Round Rock, Texas 78664 Utilities Admire [P] 512.218.5556 • Environmental Services: [PI 512.218.5559 water and Wastewater Une Maintenance: [P] 512.218.SS55 • roundrocktexas.gov CITY OF FRISCO GEORGE A. PUREFOY MUNICIPAL CENTER 6101 FRISCO SQUARE BLVD • 3RD FLOOR FRISCO. TEXAS 75034 TEL 972.282.5400 . FAX 972.294.5016 WWW.FRtSCOTEXAS.GOV December 2, 2015 S.J. Louis Construction of Texas. Ltd. 520 S. Ob Avenue Mansfield, TX 76063 Attn: Mr. Adam Lunsford, Project Coordinator Re: Panther Creek Water Reuse Pipeline Phase 11 CIP No.14-0002 Dear Mr. Lunsford, S. J. Louis began construction of 22,000 lineal feet of 24-inch ductile iron reuse pipeline in the fall of 2014. The majority of the work was in the median of Panther Creek Parkway and Legacy Drive. Cost of construction was $4,625,776.84. Construction was substantially completed in the fall of 2015. The construction personnel for S. J. Louis, Eric Elston, Superintendent, and yourself, were fvery good to work with, conscientious in your efforts to produce an acceptable job, and worked well with ro adjacent property adj p owners or other concerned citizens to address their concerns. Sincerely, ,47 Art Hartle, P.E. Senior Civil Engineer S:1 CAPITAL IMPROVE{vFMi' PROJECCSI_CIP PROJECTS AFTER 09-01 201 RCIP11.0= Panther Creek Reuse LindPHASE IACONSTRUCTIONCORRESPONDENCE & E-MA1Llattr of teconunm tion.doc r, i Liberty Mutual Surety RobertJ. Rath llond.M.�nagcr , 2854 Hwy 55, Suite 250 E , NN 55121 �. robcctrathQa libergmutuaLcom Telephone: 651-365-7497 , Fax 651-365-7498 September 18, 2015 To Whom It May Concern: Re: S.J. Louis Construction of Texas, Ltd. Liberty Mutual Insurance Company has been proving surety credit to S.J. Louis Construction, of Texas, Ltd. (S.J. Louis), for more than ten years. We have approved bonds in excess of $200 million with a backlog in excess of $500 million. Their financial stability and management team are exceptional. We would welcome the opportunity to provide bonds for S.J. Louis on your project and we consider them one of the industry's premier contractors. Approval of performance and payment bonds of all projects is expressly conditioned upon acceptable review of the contract terms and scope, bond forms and financing for the project as well as other pertinent underwriting information. The arrangement for performance and payment bonds is a matter between S.J. Louis and Liberty. We assume no liability to you or third parties If, for any reason, bonds for this project are not executed. Liberty Mutual Insurance Company is listed on the U.S. Treasury Department's Listing of Approved Sureties and is rated A (Excellent) with a financial size of XV by A.M. Best Company. We are licensed to write surety bonds in all 50 States. Please contact me if you have any questions. Sincerely yours, Liberty Mutual Surety Robert J. Rath Bond Manager Member of Liberty Mutual Group June 5, 2015 , P �gg 4 S.J. Louis Constriction of Texas, Ltd. Attn: Don Meyer 520 S. 61k Avenue Mansfield, TX 76063 Re: Reference Letter - To Whom It May Concern: S.J. Louis Constriction of Texas, Ltd., 520 S.-6" Avenue, Mansfield, TX and affiliates have been customers of Bremer Bank for the past 14 years, during which time they have utilized both deposit and loan relationships. They currently have available a twenty million dollar ($20,000,000) working capital tine of credit, The credit facilities extended to S.J. Louis Construction of Texas are secured by business assets and have been bundled in an excellent manner. Bremer Bank has a very favorable regard for management and we consider SJ. Louis Construction of Texas very responsible for their financial commitments. If you have any questions, please feel free to contact me at (320) 656-3371. Sincerely, Iz- .;� Troy R. Cameron Vice President Bremer Bank S City of Austin s , PUBLIC WORKS DEPARnIE, NT Project Management Division 505 Barton Springs Road, Suite 900, Austin, TX 78704 Phone 512.974.7213 Fax 512.974.2222 Email deMim.wva usti0texas.aov July 22, 2015 Robert "Derrick" Gage Project Manager S.J. Louis Construction of Texas Ltd. P o Box 834 Mansfield, TX 76063-0834 (l Re: Letter of Reference (Harris Branch Interceptor "Lower B") Wiseman Blvd. Water Main Extension & Westpointe East Sewer Extension To Whom It May Concern: I am the City of Austin's project manager for the Harris Branch Interceptor "Lower B" project, In which S.J. Louis is performing as the prime contractor of the construction contract The project consists of constructing 7,500 LF of 36-inch diameter gravity wastewater interceptor (and associated appurtenances) west of State Hwy 130 along Gilleland and Harris Branch Creeks to State Highway 290 and tying into the existing wastewater interceptor. The project began spring 2014 and will be completed at the end of July 2015. S.J. Louis' construction staff has proven to be extremely knowledgeable and vigilant of the project's construction needs, as wall as fair throughout the duration of the project. Their staff remains to be attentive to and compliant with all of the required codes, laws and regulations, approved design plans, and technical specificationstspecial provisions. S.J. Louis has been a pleasure to work with, partnering with the City of Austin staff as a cohesive unit from the J onset of the project and continuing as the project is reaching its completion. S.J. Louis' construction team is competent and experienced through all facets, always treating City of Austin staff and citizens with respect, and I look forward to working with them again on projects in the future. If any additional Information is needed, please feel free to contact me at any time, my contact Information listed below. 1 Demira S. Wyatt, MBA City of Austin PWD - Project Management Division 505 Barton Springs Road, Ste 900 Austin, TX 78704 (512)974-7213 (Phone) (512)974-7222 (Fax) Demira.WyattCa>,austintexas.gov (Email) MAY 1 1 2015 Tdnity Fiver Authority of Texas May 5, 201 Mr. Adam Lunsford Lead Estimator S. J. Louis Construction of Texas, Ltd. 520 S. fith Ave., P.O. Box 834 Mansfield, TX 76063 RE: Trinity River Authority of Texas (TRA) Reference Letter Dear Mr. Lunsford: In accordance with your request, the purpose of this letter is to forward to you my comments and observations relating to the performance of S. J. Louis Construction of Texas, Ltd, (S. J. Louis) on Trinity River Authority (TRA) Projects. It is also my understanding that this letter may be used as a reference letter in obtaining a license with the State of Connecticut. As you are aware, S. J. Louis and TRA have a lengthy history of working together on many pipeline projects: WF-R1 Boyd Branch, Phase 1: $5 Million project completed in 2014. Installation of 11,000 linear feet of new 30-Inch up to 54-inch diameter relief pipeline and relocation of meter station 1 O.OW in Arlington and Fort Worth, TX. WF-3 Phase 1 Johnson Creek: $16.7 Million project completed in 2009. Installation of approximately 11,000 linear feet of 54-inch and 72-inch diameter corrosion resistant sewer pipe just northeast of the intersection of Interstate 30 and Highway 360 in Grand Prairie, TX. Approximately 5,500 linear feet of the pipe was installed by tunneling to reduce construction Impacts to the City Park, road, and residential areas. MC5 & MCS Phase 1 B: $7 Million project completed in 2012. Construction of 6,535 linear feet of Winch sanitary sewer interceptor Including 2,295 linear feet installed by tunneling, associated manholes, and two junction boxes in Dallas, TX. NE Lakeview Force Main: $8 Million project substantially completed in 2008. Replacement of approximately 30,000 linear feet of 30-inch diameter force main in Cedar Hill State Park near Cedar Hill, TX. Replacement was due to continuing failures caused by hydrogen sulfide corrosion and an increase in population growth. EF-6: $10.3 Million project substantially completed in 2009. 4,200 linear feet of 72-Inch diameter pipeline and 9,000 linear feet of 60-inch pipeline in Irving, Dallas and Fanners Branch, Texas, constructed in the trenchline of a 33-inch interceptor that was previously removed from service. This project was initiated to provide additional capacity. P.O. Box 60 Arington, Texas 76D(4 Metro: (817) 467-4343 TeWm: (817) 417-M �� RxydeAPepw t T s Mr. Adam Lunsford May 5, 2015 Page 2 EF- .9-Million-project- completed -in 2006.- Constructiorf"df approxima ely 6,500 linear feet of 48-inch diameter pipeline, as well as construction of a new meter station and several junction boxes. , EF-2, Phase 1., $22.9 Million joint venture project with Oscar Renda Contracting awarded in August 2013 and 75% complete. Construction of approximately 2.9 miles of 108-inch diameter pipeline being installed by open -cut construction, 120 feet of road crossing by tunneling, two aerial creek crossings, 200 linear feet of 484nch water line relocation, 5 junction boxes and 13 manholes in Irving, TX. One of the interesting projects mentioned above was NE Lakeview Force Main. Only 1 contractor bid on it, and Les Whitman with S. J. Louis called me before the bid and told me he thought they would be the only bidder, and he was concerned that we might not award the project. He said S. J. Louis was still going to bid it as if it had competition and give us a good price. Sure enough, S. J. Louis' bid was well under the engineer's estimate, so we had no trouble convincing the Board of Directors to award the project. Each of the projects above have been challenging, big pipe projects. S. J. Louis approaches each project with adequate manpower, equipment and resources to get the job done. Its team has been able to adapt quickly to TRA's document and record keeping management system and to work well with our staff. We have worked for several years with S. J. Louis, and if it were low bid on a project tomorrow, we would not hesitate to work with it. TRA wishes S. J. Louis good fortune In the submission of your application for a license with the State of Connecticut. Richard Postme Assistant Construction Services Manager /Iv 4055 IntemationaI Plaza, Suite 200 - Fort Worth, Texas 76109 • 817-735 7300 - fax 817-735-7492 April 1, 2015 Letter of Recommendation for: Oscar Renda Contracting and S.J. Louis Construction of Texas Joint Venture 522 Benson Lane Roanoke, TX 76262 Re: CRMWD Ward County Transmission Pipeline To Whom It May Concern: www.freese.com We are writing this letter to recognize Oscar Renda Contracting and Si. Louis Construction Joint Venture for a job well done on completing the CRMWD Ward County Transmission Pipeline. The project included 27 miles of 48-inch pipe,14.3 miles of 42-inch pipe, tie-in to a pump station and a reservoir, and multiple tunnels. This contract was a part of six major contracts making up the $125 million Ward County Water Supply Project. Construction began in March 2012 and was flowing water by mid - December 2012. Construction related change orders were a mere 0.7% of the construction contract. All contract modifications were resolved with a teamwork attitude among the construction manager, the engineer, the owner and the contractors. ORC and SJL encountered many known and unknown utilities along the 41.3 miles of west Texas landscape. They were proactive in anticipating problems and making the necessary adjustments to adapt to altered requirements. We want to thank ORC and SJL for Its contribution to the overall success of the Ward County Water Supply Project Both companies performed well in order for the overall project to be able to move water by the end of the year. We are pleased with the quality of workmanship displayed by both companies during the construction phase and would serve as a reference for them on similar projects. Sincerely, Rusty Gi soA4� n Vice President/Principal Mick Lester Project Manager/Associate Contractor's General Information Organization Doing Business As S.J. Louis Construction of Texas Ltd. 520 S. 6th Ave Business Address of Principle Office Mansfield, TX 76063 Telephone Numbers Main Number 81 477-0320 Fax Number (817) 477-0552 Web Site Address www.sjlouis.com Form of Business (Check One) A Corporation X A Partnership An Individual Date of Incorporation Not A2plicable State of Incorporation Not Applicable Chief Executive Officer's Name Not Applicable President's Name Not Applicable Not Applicable Vice President's Name(s) Secretary's Name Not Applicable Treasurer's Name Not Applicable Date of Organization 31 October 1,1998 State whether partnership is general or Limited limited EMAMEME Name Ems Not Ap2licable Not Applicable Business Address James L. Schueller, Chief Manager Les V. Whitman, General Manager Average Number of Current Full Time 438 Average Estimate of Revenue for $200 Million Employees I I the Current Year Contractor's Organizational Experience Organization Doing Business As S.J. Louis Construction of Texas Ltd. 2525 N. Loop West, Suite 220 Business Address of Regional Office Houston, TX 77008 Name of Regional Office Manager Lucas C. Menebroker Telephone Numbers Main Number 832 767-4964 Fax Number 832 767-4681 Web Site Address www.sjlouis.com List of names that this organization currently, has or anticipates operating under over the history of the organization, includine the names of related companies oresentiv doina business: Names of Organization From Date To Date S.J. Louis Construction of Texas Ltd. October 1,1998 Present S.T. Louis Construction, Inc. lanuary 31,1983 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership James SchueUer LP 74 /o LVW Investments 25% Years experience in projects similar to the proposed project: As a General Contractor 1 17 1 As a Joint Venture Partner n/a Has this or a predecessor organization ever defaulted on a project or failed to complete any No work awarded to it? If yes provide full details in a separate attachment. See attachment No. n/a Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. n/a Has this or a predecessor organization ever been disqualification as a bidder or proposer by any No local, state, or federal agency within the last five ears? If yes provide full details in a separate attachment. See attachment No. n/a Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. n/a Has this or a predecessor organization ever refused to construct or refused to provide materials No defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. I n/a 12 Contractor's Proposed Key Personnel Organization Doing Business As S.J. Louis Construction of Texas Ltd. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. C S.J. Louis Construction of Texas Ltd. maintains a project specific organization structure. Oversight is provided from the General Manager, Les V. Whitman and the Area Managers at each of our office locations. The Area Managers run the daily operations for their respective projects with the assistance of their Project Staff comprised of Project Managers, Project Coordinators, Superintendents, and Foreman. The Safety Division plays an active role on each ongoing project regardless of its Iocation. All operational plans will be formulated and established by the Project Staff assigned to each respective project. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. D S.J. Louis Construction of Texas Ltd. proposes to manage this project with an Area Manager, Project Manager, Project Superintendent, and Pipe Foreman. Our team has a proven track record of successfully building and managing projects for various municipalities and engineers across the State of Texas. All final decisions will be made under the direction of General Manager, Les V. Whitman. r. 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 assi nment should also be included. Role Primary Candidate Alternate Candidate Project Manager Samuel Montoya Justin Bush Project Superintendent Sha ne Childers Bryan Sander Project Safety Officer Carlos Siguenza Ken Smith Quality Control Manager Ken Glover Pete Stahl 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. 13 Proposed Project Managers Organization Doing Business As NEMINEIMESHIMM Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Moers Road 66" Water Line Calder Road Sanitary Sewer Reference Contact Information(listing names indi Name IMike Pers n, P.E. Title/ Position lProiect Manaqer E-mail mike. ers n@ 'ac Proect BexarMet 24" Wat4 Candidate role on Project Manager Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Abandonment of Willow Run WWTP WHCRWA Contract 33A WIN, 12+ 30+ Percent of Time Used for Estimated Project this Project Completion Date 50% May 2016 25% July 2016 wal to contacting the names matvlauals as a rterence Name David Garcia Title/ Position Inspector Organization San Antonio Water System Telephone 210 . 6 3.7 4 8 9 E-mail david.garcia@saws.org Project E03 Sewer Interce for Candidates role on Pro ect project Manager Justin Bush 3 1 10+ 20+ Percent of Time Used for this Project Estimated Project Completion Date 25% October 2016 25% November 2016 Name Cory Jerome Name Jason Roberts P.E. Title/ Position Project Manager Title/ Position Project Manager City of Houston Organization JACOBS -organization Telephone 832.395.2379 Telephone 512.314.3100 E-mail Cory. 'erome@houstontx.ov E-mail 'ason.roberts@'acobs.com Proect Abandonment of Willow Run Project Pilot Knob Interceptor Phase lA Candidate role on Project Project Manager Candidate role on Project project Manager 14 Proposed Project Superintendent Organization Doing Business As S.J. Louis Construction of Texas Ltd. ' {� Name of Individual Sha ne Childers Years of Experience as Project Superintendent 4 Years of Experience with this organization 15 Number of similar projects as Superintendent 10+ Number of similar projects in other positions �20+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Moers Road 66" Water Line 75% May 2016 Calder Road Sanitary Sewer 25% July 2016 Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name Dink Mabry Name Troy Anthony, P.E. Title/ Position Inspector Title/ Position Construction Manager Organization KSA Engineers Organization Lockwood, Andrews, and Newman Telephone 903.581.8141 Telephone 713.412.0268 E-mail nmabry@ksaeng.com E-mail ctanthony@lan-ine.com Project I-20 Sanitary Sewer Improvements Project WHCRWA Contract 22D Candidate role on Project superintendent Candidate role on Project Superintendent Name of Individual Br an Sander Years of Experience as Project Superintendent 35 Years of Experience with this organization 1 Number of similar projects as Superintendent 2 0+ Number of similar projects in other positions 15+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ylie-Rockwall-Farmersville 36/48" Water Line 40% June 2016 Henriette Creek (HC-1) Interceptor 40% February 2017 Name e Rusty Combs Name Corey Anderson ((( 1 I� L l J Title/ Position Operations Manager Title/ Position Project Manager Trinity Green Organization NTMWD -Organization 214.446.9500 Telephone 972.948.1019 -Telephone E-mail n/a E-mail n/a Project Project Lake Texoma Outfall to Wylie WT [Candidate role on Project Superintendent Candidate role on Project Superintendent Proposed Project Safety Officer Doing Business As S.J. Louis Construction of Texas Ltd. Name of Individual Carlos Siguenza Years of Experience as Project Safety Officer 15+ Years of Experience with this organization 1+ Number of similar projects as Safety Officer 5+ Number of similar projects in other positions 5+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Telephone Road Water Project 15% April 2016 Kee Branch Wastewater Project 15% July 2016 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Chris Williams Name Timothy Bates Title/ Position Safety Manacter Title/ Position Safety Manager Organization WHS-Pentagon Organization Hensel Phelps_ Telephone 703.693.8057 Telephone 202.491.2457 E-mail n/a E-mail n a Project Pentacion Renovation Project Penta on Renovation Candidate role on Proiect Safety Manager Candidate role on Project Safety Manager Name of Individual Ken Smith Years of Experience as Project Safety Officer 2 2 + Years of Experience with this organization 1+ Number of similar projects as Safety Officer 7 5+ Number of similar projects in other positions 10+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project I Completion Date Lake Fort Smith Water Transmission Line 10$ November 2016 Name Ron Grier Name Larry Thyssen Title/ Position VP Operations Title/ Position Owner/CEO Organization Laughlin/Thyssen, Inc. Organization Laughlin/Thyssen, Inc. 832.473.3472 Telephone 713.429.6500 -Telephone E-mail n/a E-mail n a Project San Antonio River Expansion Project WTP 4 Candidateroleon Project Safety Director Candidate role on Project Safety Director 16 Proposed Project Quality Control Manager I Organization Doing Business As I S.T. Louis Construction of Texas Ltd. I { Name of Individual Ken Glover I Years of Experience as Quality Control Manager 35 Years of Experience with this organization 13 Number of similar projects as Quality Manager 3 0+ Number of similar projects in other positions 2 5+ Current Project Assignments Name of Assi nment Percent of Time Used for Estimated Project g this Project Completion Date Telephone Road Paving & Drainage 20% April 2016 Southwest Pipeline Ph. 2 Section B 20% April 2016 Star Offsite Sanitary Sewer 20% IJuly 2016 .Morning Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name Mearl Taylor Name Rod Culbertson Title/ Position Construction Manager Title/ Position Inspector Organization Freese & Nichols Organization Freese & Nichols Telephone 682.438.5469 Telephone 817.991.9480 E-mail mdt@freese.com E-mail rod.culbertson@freese.com Project Ward County Water Supply Project IPL Section on 15-1 Candidate role on Proiect Superintendent Candidate role on Proiect Superintendent Name of individual Pete Stahl Years of Experience as Quality Control Manager 41 Years of Experience with this organization 11 Number of similar projects as Quality Manager 2 5+ Number of similar projects in other positions 20+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Various Management 50% n/a Name Tony Sholola Name David Johnson Title/Position Engineer Title/Position Construction Manager; City of Fort Worth Organization Ci-ty of For worth -Organization 817.392. 6054 Telephone al7.223.2279 -Telephone E-mail tony.sholola@fortworthtexas.gov E-mail david.johnson2@fortworthtexas.g v Project East Side II 54" Pipeline Project East Side II 54" Pipeline. Candidate role on Project Project Manager I Candidate role on Project Project Manager 17 Contractor's Project Experience and Resources ization Doing Business As S.J. Louis Construction of Texas Ltd. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key rsonnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control S. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own BWiill Lease Caterpillar 385 Excavator Lead Excavator X Komatsu 400 Excavator Tail Excavator X Cater illar 966 Loader Material Transport X Caterpillar D5 Dozer Grading / Restoration X Caterpillar 433 Compactor Com ac 'on X Ford Water Truck SWPP Embedment X Ford F250 Jobsite Sunnort X What work will the organization complete using its own resources? Si J Louis will self —perform 95% of the project, including all major Iscopes of work. What work does the or anization propose to subcontract on this ro'ect? SJ Louis will subcontract clearing and grubbing, offsite trucking, and surveying. 18 Contractor's Subcontractors and Vendors Organization Doing Business As 1 S.J. Louis Construction of Texas Ltd. Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent HUB/MWBEof Contract Firm No subcontracts will be issued for more than 10% of the Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major eui ment proposed for use on this project. Attach Additional Information if necessary Furnish Furnish HUB/M Vendor Name Equipment / Material Provided Only and WBE Install Firm n a 19 tot 448, Jars _Schueller,.LP_parinered with -Les WhitrnarirL-V-W-Investments-&-SJ Louis LLC, to begin S.J. Louis Construction of Texas, Ltd., a limited partnership. Today, Mr. Schueller and Mr. Whitman, lead the S.J. Louis Companies with the grounding principles that were instilled from their farming and construction history - hard work, integrity, and quality. Mr. Whitman oversees the day to day operations of S.J. Louis Construction of Texas, Ltd. as General Manager, which includes estimating, project management and construction. S.J. Louis Construction of Texas, Ltd. specializes in underground utility services (both sewer and water lines), deep, open -cut pipeline installation for both large and small diameter pipes. Our tunneling services include tunneling up to 26' in diameter, boring, hand mining and shafts up to 50' in diameter. With experience under railways and roadways, S.J. Louis can tunnel through any ground condition such as solid rock, dirt and under waterways. Over the past 15 years, S.J. Louis Construction of Texas, Ltd. has successfully built and managed construction projects for some of the following agencies: Trinity River Authority, Borth Texas Municipal Water District, Upper Trinity Regional Water District, DFW International Airport, San Antonio Water System, the Texas Cities of: Amarillo, Arlington, Austin, Carrollton, Cedar Bill, Cedar Park, Cleburne, Corpus Christi, Dallas, Denton, Fort Worth, Frisco, Grand Prairie, Irving, S Lewisville, Lubbock, Mansfield, McAllen, McKinney, Pflugerville, Pharr, San Angelo, Taylor, Tyler and Waco. We also have current and completed projects outside of Texas in & for. • Alabama, Montgomery Water Works • Arkansas, Little Rock Sanitary Sewer Committee • Colorado, City of Aurora • Kansas, Johnson County Wastewater • Oklahoma, Oklahoma City • Mississippi, Desoto County Regional Utility Authority • Georgia, DeKalb County • Louisiana, Baton Rouge S.J. Louis Construction of Texas, Ltd. utilizes a unique management and organizational structure to ensure that projects are completed on time and constructed according to the project plan and specification requirements. This process requires every member of our management team to be involved with all of our projects so that our combined experience can be utilized for the success of each project. Our management team is able to wear many hats throughout a project. We have attached the resumes of the primary management team that would be involved 0 with this project. You can see from this group that S.J. Louis Construction of Texas, Ltd. has . over 100 years of related combined pipeline experience. Our engineering and construction expertise provides each owner the comfort that there is sufficient knowledge, experience, and skills being used for their project completion. With a bonding capacity of over $500,000,000 S.J. Louis Construction of Texas, Ltd. has had the opportunity to be a part of many lame pi eline , projects across a southeast rote tat se __ - At S.J. Louis Construction of Texas, Ltd. we are unwavering in our commitment to provide quality service and safety performance with all our projects. We build high quality and time managed projects. The importance of safety in our industry cannot be emphasized enough. it cannot be assumed that all companies in the industry mirror best -practices when it comes to safety standards. S.J. Louis does not just implement safety standards and meet safety regulations, we put SAFETY FIRST. Assuring a safe environment for our employees and customers comes above all things. In fact, S.J. Louis is building a culture of safety. It is our mission to create a working community in which every employee, new and seasoned, take responsibility to model, implement, and enforce all safety guidelines. Not only do our workers stand -out on -site in their SAFETY FIRST work attire, but you will also notice a difference in their level of training. All S.J. Louis employees are Competent Person Trained. Whereas most companies only certify their foremen, S.J. Louis certifies all field employees. As part of this safety training, we offer bi- lingual instruction for our Spanish and English speaking employees. We employ a full-time translator as well as English and Spanish translations for our safety manuals and handbooks. Additionally, our corporate safety staff offers weekly employee -led meetings on quality and safety related topics as well as yearly company safety meetings. S.J. Louis goes out of their way to protect every employee. In fact, in an effort to eliminate new -hire injuries, all new employees are required to wear a neon -green hardhat for their first 90 days on -site. The neon hat is a reminder to veteran employees that a new employee is on -site and that it is everyone's responsibility to ensure their safety as they learn. Additionally, being a large national company, S.J. Louis has the capability of providing new and often state-of- the-art equipment which not only guarantees efficiency and quality, but also aides in keeping our employees safe. We value our employees' dedication to our SAFETY FIRST culture and we thank them with yearly incentives. We compensate our employees for both individual and overall team results. We reward our Teams with company garments, gift -certificates and cash allowances when safety standards are met. Our Superintendents' year-end bonus is based on their safety record as well. It is our close attention to detail, foundational knowledge of the cost of construction and our key personnel in Project Management/Estimating, coupled with our overall goal of bringing value to our clients, that has established S.J. Louis Construction as a strategic resource for many owners/engineers during the design and construction phases of their projects. Current Proiects and Proiects Comnieted within the last 10 Years Attachment A Name of Organization: S.J. Louis Construction of Texas, Ltd. Project owner San Antonio Water System Project name Water Recycling Program interbranch Seg. 2&3, Water Main Project General description of project: 39,899 LF of 24" Water Transmission Pipeline. Project cost $10,110,747.59 1 Date project completed March 17, 2006 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name Sam Montoya Ken Menebroker Michael Boufford David Dickerson Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner Joe Isbell, P.E. PM San Antonio Water System 210-233-3613 N/A Designer Marisa Vergara, P.E. Project Engineer CP&Y 210-494-8004 N/A Construction manager Project owner N/A Lipper Trinity Regional Water N/A District N/A N/A N/A Project name I Tom Harpool Regional Water System- Raw & Finished Water Lines General description of project: 24,810 LF of 48" & 25,875 LF of 36" Raw & Finished DIP Waterlines Project cost $12,249,421.85 Date project completed January 31, 2007 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name Matt Barton I Darion Bryan Michael Boufford Mike Osmus Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner Randy Sliger PM UTRWD 972-219-1228 N/A Designer Glen Middleton, P.E. Engineer Carollo Engineers 972-239-9948 N/A Construction manager Project owner N/A N/A Brushy Creek Regional Water Authority N/A Project name I Brushy Creek N/A N/A Regional Water Authority, Contract 1, Cedar Park, Texas General description of project: 24,500 LF of 78" Raw Water Pipeline Project cost $19,371,138.19 Date project completed January 15, 2012 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name Sam Montoya Ken Glover I Michael Kleinpeter David Dickerson Reference contact information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ position Organization Telephone E-mail Owner Mike Thuss PM BCRWA 512-215-9151 N/A Designer Glenn Bridges PM Jacobs Engineering 512-3143100 N/A Construction manager N/A N/A N/A N/A N/A 0 Tl No Text I No Text r �y 0 , No Text No Text ,'.f", YG--I NFat" � LQ-11iu� 01R1 No Text �o�nn�mn�ig4mnaaR��oOprripmmoa MR:�_ Project Information Project owner I City of Amarilto Project name Potter County Well Field General description of project Construction of transmission line and well field to supply long term water needs, including 3,825 LF of 42' bar wrapped pipe,1,535 LF of 54" bar wrapped pipe, 3,190 LF of 36" bar wrapped pipe, and 24,757 LF of 30" bar Wrapped pipe for the transmission lines, and 75,454 LF of 12"-24" PVC well collection lines. The tunnel scope included 150 LF of 54" tunnel,190 LF of 42' tunnel,150 LF of 30" tunnel, and 570 LF of 24" tunnel. Budget history Schedule performance Amount % of Bid Amount Date Days Bid $11,387,713.23 NIA Notice to Proceed 2-16-2011 NIA Change orders $785.036.56 6.8a1• Contract Substantial Completion date at Notice to Proceed 1-12-2012 330 Owner enhancements $785,036,56 6,8•% Contract final completion date at Notice to Proceed 2-12-2012 360 Unforeseen conditions NIA % Change Order authorized Substantial Completion date 4-2-2012 410 Design issues NIA % Change Order authorized final completion date 3-22-2013 765 Total $785,036.56 6.8% Actual / estimated Substantial Completion date 11-28-2011 314 Final cost S12,172,750.17 93.2%a Actual / estimated final completion date 3-22-2013 765 Project Manager Project Superintendent Safety Manager Quality Control Manager Name Seth Rowney John Hughes Michael Kleittpeter Stephen Kohler Percentage of time devoted to the project. 50°% 100a% 25°% 10•% Proposed for this project. Yes Yes Yes Yes Did Individual start and complete the project? Yes Yes Yes Yes If not, who started or completed the project in their place. NIA NIA NIA NIA Reason for change. Name Title/ position Organization Telephone E-mail Owner Floyd Hartman Utility Director City of Amarillo 806-378-9086 Floyd.hartman@amarillo.gov Designer Scott Honeyfield Engineer Parkhill, Smith & Cooper 806-376-8600 Shoeyfield@team-psc.com Construction Manager NIA Surety Garnett Elliot • • • • • • - • • o • Assistant Secretary • a o 11 Liberty Mutual a • 610-832-8240 gametLebiot@iibertymutual.com Number of issues resolved: Total amount involved in Number of issues 0 resolved issues: SO pending: 0 Total amount involved in resolved Issues: 77 7-1 Project tntormkion Project owner I City of Fort Worth Project name East Side 1154" pipeline Phase I General description of project 4,790 LF 54" B303 water line by open cut, 1,225 LF of 42%36" B303 water line by open cut, 1,181 LF 72" tunnel liner plate, 1,500 LF of 24" header pipe replacement Schedule Amount % of Bid Amount Date Days Bid 88,442,158.00 N/A Notice to Proceed 10-15-2012 N/A Change orders so 0•h Contract Substantial Completion date at Notice to Proceed NIA N/A Owner enhancements so 0♦/0 Contract final completion date at Notice to Proceed 7-7-2013 NIA Unforeseen conditions so o♦/o Change Order authorized Substantial Completion date NIA NIA Design issues s0 0% Change Order authorized final completion date 3-1-2014 NIA Total so 0♦/, Actual / estimated Substantial Completion date NIA N/A Final cost $8,442,158.00 1000/0 Actual / estimated final completion date Project Manager Project Superintendent Safety Manager 3-1-2014 N/A Quality Control Mana er Name Pete Stahl Jamie VanGuilder Jason Coronado Pete Stahl Percentage of time devoted to the project. 75% 75% 20% 50% Proposed for this project. Yes Yes Yes Yes Did Individual start and complete the project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A NIA N/A NIA Reason for change. Name Title/ position Organization Telephone E-mail Owner Tony Sholola Engineer City of Fort Worth 817-392-6054 Designer Daniel Stoutenburg Jr., P.E. Project Manager Freese & Nichols 817-735-7300 dgs@freese.com Construction Manager N/A Surety I David M. Carey I Assistant Secretary Liberty Mutual 610-832-8240 1 N/A • ♦ • o ♦ • ♦ ♦ a ♦ • - EPA♦ •♦ .11 Number of issues Total amount involved in Number of issues Total amount involved in resolved: 0 resolved issues: so endin : 0 resolved Issues: so Project Information Project owner Colorado River Municipal Water District Project name Ward County Water Supply Project Well Field General description of project SJL project scope included 104,000 LF of well field piping from 8' to 36' PVC. Work also included well connections, air valves, and blow offs. The project had an extremely fast completion schedule which water was delivered on time to the district. Budget history schedule performance Amount % of Bid Amount Date Days Bid $10,100,000.00 NIA Notice to Proceed 6-21-2012 NIA Change orders 5-34,113.04 .try• Contract Substantial Completion date at Notice to Proceed 10-15-2012 116 Owner enhancements NIA 0°% Contract final completion date at Notice to Proceed 11-29-2012 161 Unforeseen conditions NIA 0% Change Order authorized substantial Completion date 2-4-2013 112 Design issues NIA 0•/0 Change Order authorized final completion date 2-1-2013 119 Total 5-34,113.04 .211/0 Actual / estimated Substantial Completion date 2-2013 228 Final cost $10,065,886.96 99.8% . .. .. • Actual / estimated final completion date 2-11-2013 235 ME Project Manager Project Superintendent Safety Manager Quality Control Manager Name Seth Rowney Ken Glover Michael Kleinpeter Steve Kohler Percentage of time devoted to the project. 75% 75% 20% 50% Proposed for this project. Yes No Yes Yes Did Individual start and complete the project? Yes No Yes Yes If not, who started or completed the project in their place. NIA John Hughes WA NIA Reason for change. Personal for John H. law= Name Title/ position Organization Telephone minim E-mail Owner Mitch Holmes Assistant Director CRMWD 432-267-6341 mhoimeSaa.Crmwd.org Designer Nick Lester Project Engineer FNI 817-735-7393 nci®freese.com Construction Manager NIA Surety Garnett Elliot Assistant Secretary • o • • • • • • • • • • • Number of issues Total amount involved in resolved: resolved issues: $0 Liberty Mutual 610-832-8240 gamett.elliot@Wwtymutual.com •. Number of issues Total amount involved in pending: I t) resolved issues: I so Project-lnforniation Project owner Trinity Water Authority Project name ohnson Creek Interceptor Project WF•3 Ph. 1 General description of project 4,601 LF of 72" & 54" Gravity Sewer by Bore; 2,094 LF of 6" —48" Gravity Sewer;1,189 LF of 72" & 24" Steel Casing Budget history Schedule performance Amount % of Bid Date Days Amount Bid $16,191,689.29 NIA Notice to Proceed 1114/2008 NIA Change orders $140 8$4.37 Contract Substantial Completion date at Notice to Proceed 12/9/2009 360 Owner enhancements $142.153.97 Contract final completion date at Notice to Proceed 1/8/2009 Unforeseen conditions Change Order authorized Substantial Completion date Design issues Change Order authorized final completion date Total Actual / estimated Substantial Completion date 12/9/2009 Final cost S16,782,412.82 102.75% Actual / estimated final completion date 1/8/2009 360 Quality Control Project Manager Project Superintendent Safety Manager Manager Name Pete Stahl Juan Lopez Michael Boufford Adam Lunsford Percentage of time devoted to the project. 40% 100% 20% 20% Proposed for this project. No Yes No No Did Individual start and complete the project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. o s r r .r• e r r e Name Title/ position Organization Telephone E-mail Owner Richard Postma PM TRA 817-493-5147 postmar@binityra.org Designer Robb Otey Project Engineer Schrickei, Rollins 8 Assoc. 817-649-3216 NIA Construction Manager Mike Ouerry Const. Serv. Supervisor TRA 817-366-9043 N/A Surety e • r •• erresolved Number of issues l amount involved in Number of issues Total amount involved inresolved: o issues: endin : u resolved Issues: Project information Project owner North Texas Municipal Water District Project name South Pipeline Lake Tawakoni General description of project Construction of transmission line for NTMWD. Project consisted of 37,785 LF of 42' Steel C200 Transmission Main. Additiona8y there was 1,336 LF of 66' tunnels, the longest being 416 feet. Budget history Schedule performance Amount %of Bid Amount Date Days Bid $8,262,867.00 Notice to Proceed 5-20-2010 NIA Change orders S-56,021.00 .6% Contract Substantial Completion date at Notice to Proceed 11-1-2010 165 Owner enhancements S3,300.00 .03% Contract final completion date at Notice to Proceed 2-1-2010 195 Unforeseen conditions WA 00/0 Change Order authorized Substantial Completion date 5-7-2011 353 Design issues NIA 0% Change Order authorized final completion date 6-7-2011 363 Total 5-52,721.00 .60/0 Actual J estimated Substantial Completion date 5-7-2011 353 Final cost $8,210,136.20 99.4% Actual J estimated final completion date 6-7-2011 383 Project Manager Project Superintendent Safety Manager Quality Control Manager Name Seth Rowney Paul Cockrell Michael Kleinpeter Stephen Kohler Percentage of time devoted to the project. % 100% 25% 10°% Proposed for this project. Yes Yes Yes Yes Did Individual start and complete the project? Yes Yes Yes Yes If not, who started or completed the project in their place. 61A NIA NIA NIA Reason for change. Title/ position Organization Telephone Rom Construction Manager sues Adis utes,resoWed,:orR Number -. - • r. ,5 (/ endrn resllutton.b arbrtration - . -. 5.... ,,.5 ,....trkl lrtt at�r�n.ar.d�s ute p 4h1 ?F ,?i+.: f'tt'.. U J £x 1- 1 r 1. .; .•'Y 5 r sX 4 r..; � r h1# >. 1 ,�.,. , ti .. �. -r 6. L r h^A',;, e% , fi�k5. ✓,,,rv. "7 - 3 S irl ,�r�„ Y, Sr„ra``�,rt»im�.r�w&$r5�c?n.��?��R;. '.. • fissues: Projecfi information Project owner North Texas Municipal Water District Project name North Pipeline Lake Tawakoni General description of project Construction of transmission line for NTMWD. Project consisted of 9,680 LF of 42' Steel C200 Transmission Main and 27,220 LF of 48" C200 Steel Transmission Main. Additionahyr there was 332 LF of 66' tunnel and 150 LF of 60' tunnel. Budget history Schedule Amount %of Bid Amount Date Days Bid S8,692,424.16 NIA Notice to Proceed 5-20-2010 N/A Change orders S4,208.59 .04°% Contract Substantial Completion date at Notice to Proceed 12-1-2010 195 Owner enhancements NIA 00/0 Contract final completion date at Notice to Proceed 1-1-2011 205 Unforeseen conditions N/A 0°% Change Order authorized Substantial Completion date 4-28-2011 343 Design issues N/A 0% Change Order authorized final completion date 5-28-2011 373 Total S-4,208.59 .04'% Actual / estimated Substantial Completion date 4-28-2011 343 Final cost s 0 • $8,688,215,57 99.9w@ Actual / estimated final completion date Project Manager Project Superintendent Safety Manager 5-28-2011 373 Quality Control Manager Name Seth Rowney Herculano Lopez Michael Kleinpeter Stephen Kohler Percentage of time devoted to the project. 5010 100% 25°% 1MA Proposed for this project. Yes Yes Yes Yes Did Individual start and complete the project? Yes Yes Yes Yes If not, who started or completed the project In their place. NIA WA NIA NIA Reason for change. Name Title/ position Organization Telephone E-mail Owner Bruce Cole Project Manager NTMIWD 972-442-5405 bcote@ntmwd.com Designer Scott Maughn Engineer FNI 214-920-2500 asm@freese.com Construction Manager WA Surety I• Number of issues resolved: Garnett Elliot • •- ■ • • • o Total amount involved in 0 resolved issues: Assistant Secretary • • s s • $0 Liberty Mutual a•. • Number of issues pending: 610-832-8240 gamett.elliot@libertymutual.com Total amount involved in 0 resolved issues: $0 Project Information Project Owner City of Amarillo Project Name Potter County Transmission Line General Description of Project Construction of transmission line to supply long term water needs, including 70,800 LF of 48" bar wrapped pipe and 36,050 LF of 42' bar wrapped pipe,. The tunnel scope included 1,120 LF of 66" tunnel. Project crossed varying terrain and had a rapid completion deadline to help Amarillo meet emergency water needs. Budget History Schedule Performance % of Bid Amount Amount Date Days Bid $24,515,941.00 Notice to Proceed 10/25/10 Change Orders $930,056.02 3.8% Contract Substantial Completion Date at Notice to Proceed 10/5/11 345 Owner Enhancements $930,056.02 3.8% Contract Final Completion Date at Notice to Proceed 11/5/11 375 Unforeseen Conditions Change Order Authorized Substantial Completion Date 6/11/12 595 Design Issues Change Order Authorized Final Completion Date 7/11/12 62-5 Total $930,056.02 3.8% Actual / Estimated Substantial Completion Date 10/28/11 368 Final Cost $25,445,997.02 Actual / Estimated Final Completion Date 6/11/12 595 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Seth Rowney John Hughes Michael Kleinpeter Stephen Kohler Percentage of Time Devoted to the Project 50% 100% 25% 10% Proposed for this Project Yes Yes Yes Yes Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. n/a n/a n/a I n/a Reason for change. Name Title/ Position Organization Telephone E-mail Owner Floyd Hartman Utility Director City of Amarillo 806-378-9086 Floyd.hartman@amarillo.gov Designer Mike Ramirez Engineer Parkhill, Smith & Cooper 915-533-6811 mramirez@team-psc.com Construction Manager n/a Surety Garnett Elliott Assist. Secretary Liberty Mutual 610-832-8240 gamett.eiliot@libertymutuai.com Number of Issues Total Amount involved in Number of Issues Total Amount Involved in Resolved None Resolved Issues None PendingNone Resolved Issues None 2 1. Contract Administration SJ Louis Construction of Texas, Ltd uses a streamline contract administration process to expedite the movement of contract paperwork in an attempt to avoid lag time between the contractor and l owner/engineer. This helps guarantee timely completion and return to ensure construction operations are never impacted or delayed due to the absence of the necessary contract documents. SJL is equipped to deal with the substantial amount of paperwork that can be generated on large construction projects such as the construction of the NW Water Reclamation Plant Phase 1A Outfall Line and understands the importance of each document. Contract administration tasks delegated among the project team to ensure that all details are handled and addressed the first time. By distributing the paperwork load among several team members it allows the process to be dramatically simplified and eliminates many of the repetitive tasks that accompanies a large volume of contract documentation. For the construction of the NW Water Reclamation Plant Phase 1A Outfall Line, the Houston office based Project Manager will be the recipient of all contract documents including site plans, field reports, estimates, laboratory reports, pay estimates, and other documents. They are also responsible to ensure that each document is distributed to the proper team member i.e., (Area Manager, Project Coordinator, Operations Assistant, and Superintendent) for execution and implementation into the project. i. Management of Subcontractors and Suppliers SJL has continually demonstrated its ability to facilitate, schedule, and coordinate its subcontractors and suppliers on numerous projects very similar to the construction of the NW Water Reclamation Plant Phase 1A Outfall Line. We attribute a great deal of past/current projects towards our company's success and to the productive relationships established with other construction entities to successfully complete projects. It is many of these commitments that have fostered our success in the utility industry to date. SJ Louis plans to self -perform approximately 95% of this project. We feel that we have the experienced staff and resources to complete the majority of the project scope ourselves as we have done on numerous projects in the past. All subcontractors who will be utilized on the project have already been contacted to discuss and evaluate project scope and pricing in order to expedite the construction start up process. Our team is excited to work with you if we are awarded this project. Subcontractor schedules and productivity are closely monitored in the field by the SJL Project Superintendent. This close working relationship allows the project to move at a consistent pace, and provides thorough lines of communication between contractor, subcontractor, owner, and engineer. Many of the vendor and material suppliers we will utilize on this project have worked with SJL ' productively in the past. They understand how we work and how important our project timeline is to us. If awarded, an S1 Louis Project Manager will immediately begin the task of buying materials and drafting submittals to ensure we get the best lead time available. [11 3. Time Management SJL uses the latest project management software including Microsoft Project and Primavera to track and manage its projects. Project Managers provide construction schedules that meet or exceed owner requirements and provide a pathway for successful completion. Our initial assessment is that the areas noted on the plans which have work restrictions will be the ` primary focus of installation. SJL will have the forces ready to finish the work ahead of schedule so that no nesting habitat is affected. ri SJL understands the crucial role of timely completion for the construction of the NW Water Reclamation Plant Phase 1A Outfall Line has on the overall livelihood of the citizens of Lubbock County. We will provide weekly schedule updates with detailed accounts of how we will dedicate manpower, equipment, and materials. 4. Cost Control SJL recognizes the critical nature and impact that costs can have on a project of this size, and demand that it be controlled from all aspects of the construction venture via employees, vendors, and subcontractors. We have employed a valuable engineering approach on every project we have constructed in the last five years, and have been able to successfully pass any savings on to the owner to better satisfy their infrastructure needs. For example, SJL has helped numerous owners such as Tarrant Regional Water District, CRMWD, City of Amarillo, Dallas Water Utilities, City of Austin, and the Trinity River Authority reduce costs by introducing alternative backfill options, pipe material changes, and realignment alternatives. S. Quality Management On the construction of the NW Water Reclamation Plant Phase 1A Outfall Line implementing detailed construction operations and installation of quality products will be instrumental in meeting the project deadline. To accomplish this successfully SJL will employ an experienced operations team, with unwavering commitment to the final product. On this team SJ Louis plans to dedicate a full time Quality Control Manager to assist the Project Manager/Superintendent to ensure that an above average final product is being delivered. This individual will assist in the oversight of material purchases, scheduling conflicts, construction logistics, and restoration/cleanup. 6. Project Site Safety SJL is committed to providing a safe work environment. We have invested considerable time and k. money on the development of a comprehensive safety plan which will be incorporated into the construction of the NW Water Reclamation Plant Phase 1A Outfall Line. Our goal on this and every project we pursue is to have "Zero Accidents and injuries". In our continued efforts to achieve our goal we have implemented a policy that allows our valued employees to benefit from being safe on the job. With the successful implementation of this policy we have been able to prevent accidents before they happen. Our commitment will be to further extend on this project with the contribution of a full time, competent individual on -site during hours of operation. This individual will assist in identifying work hazards, facilitating daily safety meetings, and supervising the general safety requirements set forth by S1 Louis Construction and the Water District. 7. Managing Changes to the Project With projects as large and complex as the construction of the NW Water Reclamation Plant Phase 1A Outfall Line, S1 Louis understands that certain circumstances may arise throughout the construction process that were not accounted for or planned in the initial design/bidding process. With the level of detail our operations team will put forth when constructing this project we hope to identify any and all unforeseen changes in the submittal/pre construction process to avoid any delays once building commences. With our firm committed to the owner and successful completion of this project, SJ Louis believes in putting forth our best efforts to identify changes early and s communicating them to the owner/engineer. Through this communication process, all three parties will be able to evaluate and remedy any situation that arises. S. Managing Equipment S1 Louis is 100% committed to the ownership, operation, maintenance, and transportation of all equipment that will be used on the construction of the NW Water Reclamation Plant Phase IA Outfall Line. Because of our financial commitment we have a complete understanding of specific equipment life cycles, this will be allotted to the project to ensure that it will in no way affect production. To better support the project equipment we have dedicated a full time testing lab and mechanical fleet available seven days a week to monitor the status of our equipment on the jobsite. We have also recently implemented an idle reduction campaign to further facilitate our commitment to environmental and regulatory compliance. This program will also assist with the construction of the NW Water Reclamation Plant Phase 1A Outfall line project by eliminating unnecessary equipment usage around the various residents and businesses in the area, reducing any excess fumes and noise. 9. Meeting Local Participation Goal Not applicable Organization Structure - Attachment C [Type here] o Protect Organizational Chart - Attachment D Pr000sed Kev Personnel PROJECT MANAGEMENT TEAM LES V WHITMAN - GENERAL MANAGER LUCASC.MENEBROKER-AREA MANAGER SAM MONTOYA - PROJECT MANAGER SHAYNE CHILDERS - PROJECT SUPERINTENDENT KEN GLOVER . QUALITY CONTROL MANAGER KEN SMITH - SAFETY MANAGER AREA MANAGER LUCAS C MENEBROKER PROJECT MANAGER SAM MONTOYA QUALITY CONTROL KEN GLOVER SUPERINTENDENT �� FIELD OPERATIONS SHAYNE CHILDERS SAFETY MANAGER KEN SMITH ADMINISTRATION Lucas C. Menebroker Vice President /Area Manager PROFESSIONAL EXPERIENCE Mr. Menebroker has had over 8 years of experience in managing and coordinating the performance of large diameter water and wastewater pipeline construction contracts via open -cut and trenchless methods. He has successfully worked on challenging projects with various Municipal and Private Owners. S.J. Louis Construction of Texas, Ltd. Area Manager Education Real Estate Finance and Development Finance Graduated 2008 USAF Veteran Certifications OSHA 30 CPR/First Aid Certification Competent Person Confined Space Entry INDUSTRY TENURE 8+ Years 2014 — Present Houston, TX Duties include bidding, managing, and coordinating the performance of all construction contracts in the Greater Houston Area. Supervise, manage, and support the activities of project managers, project coordinators, field staff, and support staff. Responsible for overall area operational performance. S.J. Louis Construction of Texas, Ltd. 2012 - 2014 Project Manager San Antonio, TX Managed and coordinated the daily operations of multiple large -diameter water and wastewater pipeline projects. Supervised and supported the daily activities of project coordinators and subcontractors. Prepared and submitted competitive bids on various construction projects. Procured and negotiated major material purchase agreements and scheduled labor and equipment resources for several active projects. Coordinated with Owners of Utility Projects and other involved stakeholders. S.J. Louis Construction of Texas, Ltd. 2008 - 2011 Project Coordinator San Antonio, TX Responsibilities include purchasing, pay estimates, subcontracts, payments, submittals, coordination with project owners, engineers and Inspectors, planning, scheduling, closeout and estimating assistance. Sale LOUQS CONSTRUCTION, INC, PROJECT EXPERIENCE PROJECT MUD 95 Sanitary Sewer and Water Line CONTRACT AMOUNT $5,445,876.00 LOCATION Conroe, TX DESCRIPTION Instal ation of 14,167 LF of 20' Dia. Open -Cut Water Main, 2,960 LF of 20" OWNER City of Conroe, TX, CONTACT Paul Vrgadamo, 972-721-3752 COMPLETION DATE December2015 PROJECT Facilities Abandonment & Flow Diversion WBS CONTRACT AMOUNT $9.272,292.00 LOCATION Houston, TX DESCRIPTION Demolition of W. Mount Houston lift station and Willow Run wastewater treatment plant, and installation of diversion pipeline for wastewater OWNER City of Houston CONTACT Tana Hiremeth, Project Engineer COMPLETION DATE August2016 PROJECT Pilot Knob 30 inch Regional Interceptor Phase 1A CONTRACT AMOUNT $3,363,697.24 LOCATION Austin, TX DESCRIPTION 30-Inch Sanitary Sewer by open -cut and 600 LF Tunnel OWNER Pilot Knob Municipal Utility District No. 1 CONTACT Roman Grijalva Project Engineer, 512-314-3100 COMPLETION DATE March 2015 PROJECT SAWS Southwest Bexar Sewer Pipeline Segment 3 CONTRACT AMOUNT $14.680,008.47 LOCATION San Antonio, TX DESCRIPTION 2209 LF of 30' CCCRPM OWNER City of San Antonio, TX CONTACT Diana W Dyer, 210-233-5218 COMPLETION DATE PROJECT Medio Creek Recycled Water Pump Station & Line Project CONTRACT AMOUNT $12,614,554.03 LOCATION San Antonio, TX DESCRIPTION 31954 LF of66" CCFRPM max depth 52'. OWNER San Antonio Water System CONTACT Diana W Dyer, 210-233-5218 COMPLETION DATE August2014 4 Samuel D. Montoya Project Manager PROFESSIONAL EXPERIENCE Mr. Montoya has over 15 years' experience managing and coordinating construction of large diameter water and wastewater pipeline projects via open -cut and trenchless methods. He has successfully worked on challenging projects with multiple Municipal and Private Owners. S.J. Louis Construction of Texas, Ltd. Project Manager Education Range & Wildlife Management Graduated 1992 Certifications OSHA 30 CPR/First Aid Certification Competent Person Confined Space Entry INDUSTRY TENURE 15+ Years 2014 — Present Houston, TX Managed and coordinated the daily operations of multiple large -diameter water and wastewater pipeline projects. Supervised and supported the daily activities of project coordinators and subcontractors and material suppliers. Procured and negotiated major material purchase agreements and scheduled labor and equipment resources for several active projects. Coordinated with Owners of Utility Projects and other involved stakeholders. S.J. Louis Construction of Texas, Ltd. 2012 - 2014 Project Manager San Antonio, TX Managed and coordinated the daily operations of multiple large -diameter water and wastewater pipeline L projects. Supervised and supported the daily activities of project coordinators and subcontractors and material suppliers. Procured and negotiated major material purchase agreements and scheduled labor and equipment resources for several active projects. Coordinated with Owners of Utility Projects and other involved stakeholders. S.J. Louis Construction of Texas, Ltd. 2002 - 2011 Project Coordinator San Antonio, TX Responsibilities include purchasing, pay estimates, subcontracts, payments, submittals, coordination with project owners, engineers and inspectors, planning, scheduling, closeout and estimating assistance. S.J. LOUIS CONMUMON, INC, PROJECT EXPERIENCE PROJECT W& Western Watershed Sewer Relief Line Project 2 CONTRACT AMOUNT $5,327.824.77 LOCATION San Antonio, TX DESCRIPTION 4,100 LF of 96' & 66' FRP Sewer Interceptor, 568 LF of 60` and 54" FRP Siphon Pipe, Concrete Siphon Inlet & Outlet Structures, Concrete Junction Box, 244 LF of 78' Steel Casing by Trenchless Construction OWNER San Antonio Water System CONTACT Johnny Martinez, P.E. COMPLETION DATE 10/7/15 PROJECT Southwest Bexar Sewer Pipeline — Segment 5 CONTRACT AMOUNT $12,965,862.47 LOCATION San Antonio, TX DESCRIPTION 24,891 LF of 60' FRP Sewer Interceptor, 2,188 LF of 88' Diameter Liner Plate by Trenchless Construction OWNER San Antonio Water System CONTACT Jerry Bevy, P.E. COMPLETION DATE 9/27/14 PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION OWNER CONTACT COMPLETION DATE G-Street Interceptor Project $1,659,808.62 Kerrville, TX 8,130 LF of 27" PVC Sewer Interceptor City of Kerrville, TX Jeff Reck, P.E. 3116/14 PROJECT Carrizo Water Supply Pipeline CONTRACT AMOUNT $12,416,708.41 LOCATION Gonzalez / Nixon, TX DESCRIPTION 41,020 LF of 36" HDPE Raw Water Pipeline, 909 LF of 54' Steel Casing by Trenchtess Construction OWNER San Antonio Water System CONTACT Joe Rippole COMPLETION DATE 10/31/13 PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION OWNER CONTACT COMPLETION DATE Lower Third Creek & East Fork of Third Creek Trunk Sewer Phase It $4,351.150,00 Knoxville, TN 3,830 LF of 42", 36", and 30' FRP Sewer Interceptor, Knoxville Utilities Board Susan Deland, P.E. 9/19/13 Justin Bush, P.E. Project Manager PROFESSIONAL EXPERIENCE Justin has over 7 years of experience in design and construction of municipal infrastructure projects. Justin's technical experience includes: large diameter water and sanitary sewer pipelines by open -cut and trenchless construction, utility tunnel design and construction, sanitary sewer lift stations, water pump stations, sanitary sewer rehabilitation, and water/wastewater treatment plant construction. In addition, Justin has managerial experience in engineering design, and construction, and has served as an owner's representative on capital improvements projects. ;S.J. Louis Construction of Texas, Ltd. Project Manager Education Bachelor of Science Civil Engineering University of Texas at Austin, 2009 Certifications Professional Engineer, Texas, #115538 OSHA 10 Confined Space Industry Tenure 7+ Years 2015 - Present Houston, Texas Responsible for overall management of construction effort from preconstruction through closeout. Responsibilities include: risk assessment and management, owner communication, field coordination, subcontractor coordination, resource scheduling, material takeoffs, procurement, submittal preparation, requests for information, critical path scheduling, cost tracking, cost forecasting, pay estimate preparation, proposal preparation, and preparation of competitive bids. Jacobs Engineering Group Inc. 2014 - 2015 L) Project Manager Austin, Texas Responsible for managing engineering design effort from project conception through construction closeout. Responsibilities include: preliminary design, design development and coordination of disciplines, final design, easement acquisition, bid phase services, owner representation, construction phase services, budget tracking, budget forecasting, and project controls. Jacobs Engineering Group Inc. 2008 -- 2014 Project Engineer Austin, Texas Responsible for engineering design effort from project conception through construction closeout. Responsibilities include: preliminary design, design development and coordination of disciplines, final design, permit acquisition, easement acquisition, bid phase services, owner representation, and construction phase services. PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT EXPERIENCE ABANDONMENT OF WILLOW RUN WWTP AND FLOW DIVERSION FOR W. MOUNT AND RUTHERFORD LIFT STATIONS $9,272,292 HOUSTON, TEXAS 7,900 LINEAR FEET OF 24-INCH SANITARY SEWER MICROTUNNEL CP&Y CITY OF HOUSTON MAY 2014 OCTOBER 2016 66-INCH WATER LINE ALONG MOERS ROAD FROM MOERS TO ALMEDA GENOA $5,208,888.49 HOUSTON, TEXAS 66-INCH WATER LINE AND COMPLETE ROW RE -BUILD LOCKWOOD, ANDREWS & NEWMAN CITY OF HOUSTON NOVEMBER 2014 DECEMBER 2015 CONTRACT 33A WATER LINE $2,795,000 CYPRESS,TEXAS 7,700 LINEAR FEET OF 30-INCH WATER LINE COSTELLO WEST HARRIS COUNTY REGIONAL WATER AUTHORITY TBD NOVEMBER 2016 PILOT KNOB REGIONAL WASTEWATER INTERCEPTOR PHASE 1A $3,363,697.24 AUSTIN, TEXAS 30-INCH SANITARY SEWER BY OPEN -CUT AND 600 LINEAR FOOT TUNNEL JACOBS CITY OF AUSTIN DECEMBER 2013 MARCH 2O15 E. 5TH STREET CHILLED WATER PIPING EXTENSION FROM SAN JACINTO TO RED RIVER $5,430,616.47 AUSTIN, TEXAS TUNNEL INSTALLATION OF DUAL 30-INCH CHILLED WATER LINES JACOBS AUSTIN ENERGY JANUARY 2014 DECEMBER 2015 Shayne Childers Superintendent PROFESSIONAL EXPERIENCE Mr. Childers has over 15 years' experience in supervision of large diameter water and wastewater pipeline projects via open -cut and trenchless methods. He has successfully worked on challenging projects with multiple Municipal and Private Owners. Certifications OSHA 30 CPR/First Aid Certification Competent Person Confined Space Entry INDUSTRY TENURE 15+ Years S.J. Louis Construction of Texas, Ltd. 2014 — Present Superintendent Houston, TX Manage all aspects of multiple construction crews simultaneously for day to day activities over multiple projects including hiring/firing. Coordinate with management and vendors for material deliveries. Maintain a 2-week look ahead schedule for material deliveries and crew/equipment needs over multiple projects. Review constructability issues as they arise from unknown conditions and provide recommendations. Ensure work is completed safely and in a timely manner. S.J. Louis Construction of Texas, Ltd. Superintendent 2012 - 2014 Mansfield, TX Manage all aspects of multiple construction crews simultaneously for day to day activities over multipie projects including hidng/firing. Coordinate with management and vendors for material deliveries. Maintain a 2-week look ahead schedule for material deliveries and crew/equipment needs over multiple projects. Review constructability issues as they arise from unknown conditions and provide recommendations. Ensure work is completed safely and in a timely manner. S.J. Louis Construction of Texas, Ltd. Foreman 2002 - 2012 Mansfield, TX PROJECT EXPERIENCE PROJECT 48" Water Line along Center Point Energy, Contract 22A1 CONTRACT AMOUNT $3,539,306.00 LOCATION Houston, TX DESCRIPTION 7,131 LFof48"Water Main OWNER West Harris County Regional Water Authority CONTACT Troy Anthony, P.E. COMPLETION DATE 5/1/14 PROJECT Trinity Falls Off -Site Wastewater Line CONTRACT AMOUNT $2,802,395.37 LOCATION McKinney, TX DESCRIPTION 13,867 LF of 36' SS Pipeline OWNER City of McKinney CONTACT Gary Medford COMPLETION DATE 4/30/14 PROJECT Freetown Rd. Phase I CONTRACT AMOUNT $5,219,495.86 LOCATION Grand Prairie, TX DESCRIPTION 8,100 LF of 30" Water Main, 2,179 LF of 8"-20' PVC Water Main, 3,793 LF of 21"-72' Storm Drain OWNER City of Grand Prairie CONTACT Doug Bevins COMPLETION DATE 11/18/13 PROJECT Water Transmission Line on SH360 to US287, Phase I CONTRACT AMOUNT $3,313,266.19 LOCATION Mansfield, TX DESCRIPTION 11,740 LF of 36" Water Main OWNER City of Mansfield CONTACT Gus Chavarria, P.E. COMPLETION DATE 7/1/13 PROJECT Raw Water Pipeline Phase 1, Contract 1 CONTRACT AMOUNT $19,616,203.50 LOCATION Cedar Park, TX DESCRIPTION 24,069 LF of 78" Water Main, 330 LF of 102' Diameter Steel Tunnel Liner OWNER Brushy Creek Regional utility Authority CONTACT Glenn, Bridges, P.E. COMPLETION DATE 5/25/12 CARLOS SIGUENZA Safety Field Supervisor PROFESSIONAL EXPERIENCE Carlos has over 20 years' experience in the safety industry, as Field Supervisor he manages overall safety, production, profitability, oversight and coordination of projects for excavation of trenches and tunnels for utility system installation Recommend adjustments in methods, procedures or equipment to ensure compliance with applicable OSHA safety and EPA environmental codes and standards. Carlos is a vital part of S.J. Louis and our commitment to safety. Education Arana Osodo National Institute Guatemala High School Diploma Certifications ... _.._ Secret Clearance, OSHA 132 Occupational Safety OSHA 500,510 & 502 Construction Safety OSHA 10 Hour Construction Safety, OSHA Fall Arrest System Competent PdJson, (Train the Trainer), OSHA Trenching & Excavation Competent Person (Train the Trainer), OSHA Scaffolding Competent Perso (Train the Trainer), OSHA Haraoper-- (40 hours), NiOSH 5a2 Course (collecting & analyzing air samples),1NHS Emergency Management Training Program. NMHSA-Mini Blasting Safety and Application Seminar, Tea Safety Seminar, Incident investigation Seminar. Supervisor Development Program, CPR/FA/AED Care instructor Course, NSC Fundamental of Industrial Hygiene. Confined Space Training. NFP 101 We Safety Code Seminars. Certified InstruclorforOSHA 10, & 30 Hr (Construction), Certified Asbestos Supervisor (MD, VA, DC & PA), Certified tear Supervisor (MD. VA, DC & PA), Certified Mok Remediation Supervisor, Certified Instructor GPRIAED (Adult, Child, Want) , Certified Instructor for Fist Aid l d_usiry Tenure - 20 Years S.J. Louis Construction of Texas, Ltd. 2014 - Present Construction Safety Field Supervisor Mansfield, TX Safety field supervisor manage overall safety, production, profitability, oversight and coordination of projects for excavation of trenches and tunnels for utility system installation, recommend adjustments in methods, procedures or equipment to ensure ctomplianee with applicable OSHA safety and EPA environmental codes and standards. • Accident 8 Incident investigations. ljrjury and illness record keeping. Manage employee wellness light duty company program. Manage and provide company safety training program for the Metroplex area crews. 1Dyna Inc. Arlington 2013-2014 instruction Safety and Health Specialist Arlington, VA 9nagement and oversight of safely program for Pentagon Renovation Project and Pentagon Alternative Sites Projects Pennsylvania. Recommend adjustments In methods, procedures or equipment to ensure compliance with applicable 5HA safety and EPA environmental codes and standards, especially, the Corps of Engineers Safety Manual EM 385- 1.Oversight of records for injury and illness rates for general industry and construction. if Safety Inc. 2012-2013 struction Safety and Health Specialist Arlington, VA ,Ide innovative solutions to safety challenges. i provide 1H (industrial hygiene) support and services forgeneral industry construction. Oversight of records for injury and illness rates forgeneral industry and construction. Support and provide prehensive training programs. Prevention of incidents is the comerstone of the Environmental Health 8 Safety process. s to construction sites and review reports of the construction staff to observe and study construction methods in dealing typical hazards and recommends appropriate corrective action, if necessary. 1 2004-2012 fiction Safety and Health Specialist Arlington, VA anent and oversight of safety program for Pentagon Renovation Project and Pentagon Alternative Sites Projects. compliance with applicable laws, OSHA, EPA, EM 385-1-1 regulations, and Department of Defense standards for tlon. Review of contractor preliminary APP (Accident Prevention Plan) and AHA's (Activity Hazard Analysis) to ensure it safely and environmental codes are adhered to.. Kenneth fever Quality Control Manager PROFESSIONAL EXPERIENCE For the past 17 years, Ken Glover has proven himself as an invaluable asset for S.J. Louis Construction as Quality Control Manager. Over that period of time, Ken has managed a vast array of utility water, sewer, and large storm sewer projects for several different municipalities as well as state and government agencies. He has shown project after project, the integrity and fortitude to achieve his project objectives, while paying close attention to project safety and maintaining minimal impact on the project environment. Over the past six years, he has overseen project totals of nearly $22 million for the North Texas Municipal Water District, $35.9 million for the City of Amarillo, and $25.13 million for our other municipal clients. We believe that he has grown to be an elite QC Manager and has continued to perform at the highest level that we expect from our employees. S.J. Louis Construction Quality Control Manager EDucaUDN Northwest High School Justln,'iX Competent Person CPR & First Aid INDUSTRY £ENURE -32 Years 1998 - Present Mansfield, 7X Over 30 years of construction experience as a Quality Control Manager, Project Superintendent, Team Leader, Field Engineer and Pipe Foreman. Successfully managed pipe crew In the installation of water, sewer and storm sewer pipe. Current duties include overseeing the everyday supervising of multiple project managers, foreman and utility pipe crews in installation of water, sewer and storm sewer pipe. Duties as a team leader included supervising utility pipe crew in the Installation of water, sewer, storm sewer pipe. John D. Stephens Field Engineer/RCCP Pipe Foreman 1986-1998 Duties included Installation of 36 miles of 90" TRWA, Richland Chambers Raw Water, 5 miles of 54" RCCP & ductile — Hwy. 1 Cobb, Co., Georgia; Installed 108" Price Brothers Pipe — Georgia. Billy Casstevens Surveyors Instrument Main to Party Chief Duties Included all aspects of surveying and limited drafting experience. Freese & Nichols Engineering Surveyor Duties Included preliminary surveys, topography, and line staking. 1983-1986 Arlington, TX 1982-1983 PROJECT EXPERIE14CE 'ROJECT Eastside 11-- 64" Water Main, Phase 111 :ONTRACT AMOUNT $4, 920,941.11 .00ATION Fort Worth, DESCRIPTION Approx. 6,450 LF of 54', 2,650 LF of 8' PVC, 1,210 of 78' Linear Plate Tunnel by Hand. I ►WNER City of Fort Worth, TX, l 'ONTACT Tony Sholola, 817-392-6054 OMPLETION DATE June2013 'ROJECT Ward County Water Supply Transmission Pipeline A & 9 �1 0NTRACT AMOUNT $52,732,408.00 OCATION Big Spring, TX ESCRIPTION 142,12 LF of 48' and 76,139 LF of 42' Steel Water Line WNER Colorado River Municipal Water District ONTACT Nick Lester,P.E., 817-735-7300 - Freese 8 Nichols OMPLETION DATE November2013 ROJECT Potter County Well Field Collection System Pipelines TWDS No. 21628 ONTRACT AMOUNT $11, 387,713.61 OCATION Amarillo, TX _ ESCRIPTION 108,000 LF of 12' to 54' PVC Water Llne--This projectwas on an extremely light schedule WNER City of Amarillo, TX ONTACT Floyd Hartman, 806-378-9086 OMPLETION DATE July2012 ROJECT Potter County Well Field Transmission Une ONTRACT AMOUNT $24,515,941.00 t OCATION Amarillo, TX I( ESCRIPTION 56,550 LF of 48' and 36,050 LF of 42' B303 Concrete Water Lines. WNER City of Amarillo, TX ONTACT Floyd Hartman, 806-378.9086 OMPLETION DATE February2012 i I PROJECT Northside 1148" Water Main, Ph 1 Part 1, City Project No 02082 y CONTRACT AMOUNT $8, 525,144A5 l LOCATION Fort Worth, TX DESCRIPTION Approx. 12,805 LF of 48' RCP, 1,200 LF of 72' casing, 72' tunnel liner plate , 1,200 LF of 48" water carrier pipe. 11 OWNER City of Fort Worth, TX, CONTACT Robert Sauceda, 817-392-2387 COMPLETION DATE February2015 ( l l�=.'txt " 4d"STRBCYloll,'INC: a � Peter J. Stahl Project Manager PROFESSIONAL EXPERIENCE Mr. Stahl's experience includes: bidding, managing and coordinating the performance of work including large diameter water and wastewater projects. Current and past company projects consist of small and large diameter pipe as it relates to the installation of; water, sanitary sewer, storm pipe, culvert bridges, pond cleanouts, city channel work and modular walls, cast-i"ace concrete walls and concrete trail projects. Mr. Stahl supervises, manages and supports the activities of project managers, project coordinators and support staff. Education Bachelor of Science in Construction Engineering University of Nebraska Certifications CPR/First Aid Certification Competent Person Confined Space Entry INDUSTRY TENURE 42 Years S.J. Louis Construction of Texas, Ltd. 2002 - Present Vice President/ Area Manager/ Project Manager Mansfield, TX Responsible for overall area operational performance. Dunes include management, coordination, performance, execution and compliance of construction contracts. Supervise, manage and support the activities of field crews, project coordinators, project managers and support staff. Negotiation of change orders and claims to bring all projects to completion, Partial list of project experience attached. Linder -Stahl Construction 1990-2002 49'/ Owner, Vice President; & Project Manager Fort Worth, TX Managed and estimated large and small projects including water, sanitary sewer, storm pipe, culvert bridges, pond deanouts,COE & TX DOT projects, city channel work and modular walls, cast -in -place concrete walls and concrete trail projects. Newel & Newel Construction Co. Project Engineer 1987-1990 Fort Worth, TX Work included development related water/sanitary sewer pipe work. City of Fort Worth bridge work and TX DOT excavation as a subcontractor. Martin K. Eby Construction Co., Inc. Area ManagerMce President 1972-1987 Fort Worth, TX Opened an office in Fort Worth TX, as a Project Engineer and progressed to Area Manage/Vme President. Work included sewer treatment plant and pump station, COE structure and TX DOT projects. Started as a field engineer and progressed to superintendent. Work included 5 years of pipe work in Omaha, Nebraska, COE dam and TxDOT projects. S.J ` Leuls coesnRuanon; rsc. PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT EXPERIENCE Water & SS Relocation for SH 121 T Part 2 Hulen St. Bridge $5,906,674 Fort Worth, TX Approx. 2,500 LF of 36" and 48" pressure pipe. City of Fort Worth June 2010 October 2011 Mountain Creek Interceptor CRWWS $6,971,811 Arlington, TX 6,535 LF of 96" Sewer Pipe HDR Trinity River Authority July 2009 July 2011 Harley Ave. -Water, SS, Paving & Drainage Improvements $4,695,805 Fort Worth, TX Approx. 2,825 LF of 24'. 16' and 12" Water Line and 1,700 LF of 8",12"and 21" Sewer Line. Kimley Horn City of Fort Worth May 2010 July 2011 Johnson Creek Interceptor Project WF-3 PK1 $16,191,689 Grand Prairie, TX 4,601 LF of 72" & 547 Gravity Sewer Main; 9,558 LF of 72" & 54" Gravity Sewer by Bore; 2,094 LF of 6" - 48" Gravity Sewer, 1,189 LF of 72" & 24" Steel Casing Schrickel, Rollins & Assoc. Trinity River Authority October 2007 January 2009 Dallas Water Transmission Main — Sec. 2 $6,539,783.28 Red Oak, TX 21,759 LF of 36" Water Main (Class 150) & 3,569 LF of 36' Water Main (Class 175) Black & Veatch City of Red Oak December 2006 October 2008 PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION ENGINEER OWNER DATE OF AWARD COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION OWNER COMPLETION DATE PROJECT CONTRACT AMOUNT LOCATION DESCRIPTION OWNER COMPLETION DATE PROJECT EXPERIENCE Elm Fork Relief interceptor Seg. EF-6 $10,379,669 Irving/DaUas, TX 8,974 LF of 60" Fiberglass Black & Veatch Trinity River Authority July 2007 February 2009 Downtown Waterline Replacement $5,435,663.74 Lubbock, TX 23,039 LF of 4",6",8" & 12" Waterline PVC City of Lubbock City of Lubbock March 2008 January 2010 Water & SS Relocations for SH 121T $2,248,634 Fort Worth, TX 13,000 LF of 42" Waterline. Tran System City of Fort Worth October 2008 July 2011 Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 3 $3,335,083 Ft. Worth, TX 3,189 LF of 72' ; 4,541 LF of 60'; 113 LF of 36' Hobas Sewer Pipe; 16 LF of 10' PVC Sewer Pipe; Construct four interconnection structures; 113 FT of 36' Concrete encasement, construct nine typical tee bases. City of Fort Worth September 2007 30" Waterline DFW Airport $3,209,344 DFW Airport 5,035 LF of 30' C905 DR-21 PVC Pipe Tarrant/Dallas County June 2009 In S.J. LOUIS CONSTRUMON, INC. Paj!e Intentionally Left Blank City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Lucas C. Menebroker, Area Manager ontract- (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: S.J. Louis Construction of Texas Ltd. t (Print or Type) CONTRACTOR'S FIRM ADDRESS: 2525 N. Loop West, Suite 220 Houston, TX 77008 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 they Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 16-12810-TF - Northwest Water Reclamation Plant Phase lA — Outfall Line Paize Intentionally Left Blank Safety Record Questionnaire 1 The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Cdde, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by t , environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: :g a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. An other safe related matter deemed b the City Council to be material in determining the responsibility of the Y safety Y tY g P tY offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential t 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 X _ 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 3o each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. IX44 Offeror's Initials ra 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, receivWd citations for violations of environmental protection laws or regulations, of any kind or type, within the past five y-eeirs? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, 1 indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES__ ____ __ NO- X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its `. proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and F" penalty assessed. UESTION 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 T resulted in serious bodily injury or death? j YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its - proposal submission, the following information with respect to each such conviction: 1 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: 1.08 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK r I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my lJ statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. ,t 1gnature Lucas C. Menebroker, Area Manager Title 2 Suspension and Debarment Certification Federal Law (A-102 Common Raise and OMB Circular A-110) prohibits aton�Federal entities from contracting with or making sub -awards under covered transactipps to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of r. $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. ~' I the undersigned agent for the firm named below, certify that neither this firm nor itsprincipals are sus ended or g g + Y p debarred by a Federal agency. COMPANY NAME: S.I. Louis Construction of Texas Ltd. FEDERAL TAX III or SOCIAL SECURITY No. 36-4255294 Signature of Company Official: Printed name of company official signing above: Lucas C. Menebroker, Area Manager Date Signed: p► ri114, 2U16 Paae Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided 1. NOOLE FUCe Lusmxx, -5( Femc-rjv6 2. Qv%cK STkTeE PA4XC at. LlddxKt TK 3. 4. 5. 6. 7. S. 9. 0, 12. 13. 14. 15. 16. Minority Owned Yes No 0 4( ® 91 13 0 0 13 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ❑ 0 ra 0 0 0 0 0 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: S-1 LOUTS C*-'5rf4CTTdt3 OfTf_y�ft 1,Tb. (PRTNT NAME OF COWANY) RFP 16-12810-TF - Northwest Water Reclamation Plant Phase IA — Outfall Line Pate Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Noble Fence Lubbock, TX Fencing ❑ �x 2. Quick Stripe Paving Lubbock, TX Asphalt Paving ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ ❑ ❑ .. 7. ❑ ❑ 8. 9. 10. 11. 12. 13. 14. 15. ` 16. SUBMITTED BY: S.J. Louis Construction of Texas Ltd. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 16-12810-TF - Northwest Water Reclamation Plant Phase 1A — Outfall Line Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank Bond Number: 190034857 ISSUED IN FIVE (5) COUNTERPARTS STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that S.J. Louis Construction of Texas Ltd. (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Million Three Hundred Seventy -Five Thousand Six Hundred Fifty -Eight Dollars ($8 37, 5,658) 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 9" day of June, 2016, to RFP 16-12810-TF Northwest Water Reclamation Plant Phase 1A — Outfall Line and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 15th day of June 2016. Liberty Mutual Insurance Company Surety *By: (Title) V. DeLene Marshall, Attorney -In -Fact S.J. Louis Construction of Texas, Ltd. (Company Name) By: Les V. Whitman (Printed Name) (Signat e) C,Pnernl Mannopx (Title) 11 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates V. DeLene Marshall an agent resident in Dallas 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. Liberty Mutual Insurance Company Surety * By: rtle)Attorney-In-Fact (T Approved as to form: City of Lubb By: City A o * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Bond Number: 190034857 ISSUED IN FIVE (5) COUNTERPARTS STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that S.J. Louis Construction of Texas Ltd (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Million Three Hundred Seventy -Five Thousand Six Hundred Fifty -Eight Dollars ($8 37, 5,658) 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 91' day of June, 2016, to RFP 16-12810-TF Northwest Water Reclamation Plant Phase 1A — Outfall Line and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 15th day of June , 2016. Liberty Mutual Insurance Company s - Surety * By: V I (Title) DeLene Marshall, Attorne -In-Fact t._ S.J. Louis Construction of Texas, Ltd. (Company Name) By: Les V. Whitten (Printed Name) (Signa(ure) General Manager (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates V. DeLene Marshall an agent resident in Dallas 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. Liberty Mutual Insurance Company Surety *B V i i Y� ( itle) Attorney -In -Fact Approved as to Form City of Lubboc By: City orney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 State of Texas ss. County of Tarrant LIMITED PARTNERSHIP ACKNOWLEDGMENT On this 16th day of June ,2016, before me personally appeared Les V. Whitman to me known who being by me duly sworn, that he/she is the General Manager of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing instrument, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. �pwup ' MARIA LAURA PAREDES °, e�osNotary Public, State of Texas Notary Pu is Tarrant County, Texas Comm. Expires 04-08-2020 Notary ID 130612880 My commission expires (ya/08/2020 State of Texas Nm County of Dallas ACKNOWLEDGMENT OF CORPORATE SURETY On this 15th day of June ,2016, before me appeared V. DeLene Marshall to me personally known who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of Liberty Mutual Insurance Companya corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said V. DeLene Marshall acknowledged said instrument to be the free act and deed of said corporation. Notary Public Dallas County, Texas p1�' Y PpB` S. HUNTER My commission expires 03/12/2017 Notary Public State of Texas My Comm. Expires 03-12-2017 •{ da . . .. .. .. �.n. #! :x:7:1: i'.5�::..ax ;: a. i.�.iz:,.;.�.a.'s_.-ram � ;=wY,.�:k.'f,�:�'s:x{ � �4 '^i i 7 !� i � . �s d a+ C ea 7 d THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7275509 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Cornell; Kelly A. Westbrook; Ricardo J. ReVna; Robbi Morales; Sophinie Hunter; V. DeLene Marshall all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney-in-factto make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 25th day of February 2016 �ty0 CASG N'1Y INs \,%NS1JR. NiNsuR American Fire and Casualty Company M pia, ati�F �� o4Q��T��� The Ohio Casualty Insurance Company W z n T v Q Q Liberty Mutual Insurance Company 41 a 1906 ° 0 1919 n r a c 0 1912 a° 991 a West merican Insurance Company N 3 �H �P,Q D 9�7 SShCtiU !� <:tAAtP F * * h * * By: STATE OF PENNSYLVANIA ss David M. Care ; Assistant Secretary COUNTY OF MONTGOMERY On this 25th day of February 2016 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. �g o pgsr� COMMONWEALTH OF PENNSYLVANIA Q �or+w� �� Notarial Seal 0 �= v Teresa Pastella, Notary Public By: OF Plymouth Twp., Montgomery County Teresa Pastella, Notary Public �Py My Commission Expires March 28, 2017 'lWP�V Member, Pennsylvania Association of Notaries This Power of Attomey is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE X111— Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-m- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, i have hereunto set my hand and affixed the seals of said Companies this day of 41 1 VX t 201(1 . Pg1DCA,q�i L-(( Ns tNSUt{ NINV— QQQQ %jam/�� � 4.� oarorwrFG9�� e ��nvvosgr �20 J,�J�apro�q s�N�� �Q � rroxa�'1'rE, �`� " n a 1906 By: ° a a Gregory W. Davenport, Assistant Secretary \?�a �y�'Ytinrae �P�-a4 ���j 9 r3rhus� �2 � arc�nr3T �' c O vy ow cE 00 �o Q M O� M O E aM !o CD r O c d 'a �.0 yo r 00 N M C o? 0o IO— � 277 of 500 122013 r'LibertX TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection�tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP 70 68 09 01 CERTIFICATE OF LIABILITY INSURANCEF77 E2D/YYYI�06/6/2016 1w THIS CERTIFICATE IS ISSUED AS A (NATTER 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: It the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endonsement(s). PRODUCER Aon Risk Services Southwest, Inc. Dallas TX office CONTACT NAME: POE (866) 283-7122 FAX (800) 363-0105 (AIC. No. End): AIC. Mo. EMAIL ADDRESS: CityPlace Center East 2711 North Haskell Avenue suite 800 Dallas TX 75204 USA INSURER(S) AFFORDING COVERAGE NAIL # INSURED INSURER A: Zurich American Ins Co 16535 S.I. Louis Construction of Texas, Ltd 520 S. 6th Ave. gySUpERB: INSURER C: Mansfield TX 76063 USA INSURER D: INSURER E.INSURER F: COVERAGES CERTIFICATE NIIMHER' h/IIIHi7hh7h1IH RFVI1.%117N NIIMRFR- 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. Limits shown are as requested INSR TYPE OF INSURANCE POLICY NUMBER LIMITS X COMMERCWLOENERALUAiWTy GL EACH OCCURRENCE S2,000,000 CLAIMS -MADE ❑X OCCUR PREMISES fEao=xrrerm DAMAGE TO RRTrI![F_ $1,000,000 X MED EXP (Arty one Person) $10 , 000 ConuacOid UaWty Included X XCU Coverageinduded PERSONAL& ADV INJURY $1,000,000 GEN'LAGGREGATEL.IAIRAPPLIESPER: GENERAL AGGREGATE $4,000,000 POLICY ❑X JPERO- LOC PRODUCTS - COMP/OP AGG $4,000,000 OTHER: A AUTOMOBILE UM&M BAP 6478374-02 11/01/201S 11/01/2016 COMBINED SINGLE LIMIT $2, 000, 000 BODILY INJURY( Per Person) X ANYAUTO BODILY INJURY (Per aq OWNED SCHEDULED AUTOS ONLY AUTOS HOPED AU703 NON -OWNED ONLY AUTOS ONLY PROPERTY DAMAGE � d UMBRELLA A LIAB OCCUR EACH OCCURRENCE AGGREGATE EXCESS LIAB CLAIMS -MADE DED RETENTION A A WORKERS COMPENSATION AND EMPLOYERS'UABIUTY YIN Orp�EM� REXCL 9�C�� N (MandaMry in NH) N/A WC ADS W0008239601 WI Only 11/01/2015 1 11/01/2016 X PER STATUTE EL EACH ACgDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1, 000, 000 If yna, describe under DESCRIPTION OF OPERATIONS below EL DISEASE -POLICY LIMIT $1, 000, 00O DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached ti more space is required) RE: RFP 16-12810-TF; Contract 12810 Northwest Water Reclamation Plant Phase IA - Outfall Line. City of Lubbock, its officers, agents and eonployees are included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability evidenced herein is Primary and Non -Contributory to other insurance available to an Additional insured, but only in accordance with the policy's provisions. A Waiver of subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and workers' Compensation policies. Excess follows form over the General Liability, Auto Liability and Employers Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Lubbock AUTHORIZED REPRESENTATIVE C/o city of Lubbock Purchasing Dept. 1625 13th street, Suite 204 Lubbock 1 er JL Lubbock TX 79401 USA 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors Policy No. I Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. AddT Prem Return Prem. LO 6478376-02 1 11 /01 /2015 11 /01/2016 11 /01 /2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you - are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: I Bodily injury", property damage or personal and advertising injuryarising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or -- b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not - apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-117 -F CW (04/13) Page 2 of 2 I, Includes copyrighted material of Insurance Services Office, Inc., with its permission. 4 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'l. Prem Retum Prem. LO 6478376-02 11/01/2015 11/01/2016 11/01/2015 $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12/01) Page 1 of I POLICY NUMBER: BAP 6478374-02 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: S. J. Louis construction, Inc. Endorsement Effective Date: 11 / I / 2 015 SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY. Information required to complete this Schedule if not shown above will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 44 10 13 0 Insurance Services Office, Inc., 2011 Page i of i WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC 6478377-02 Endorsement No. Insured: S. J. Louis Construction, Inc. Premium $ Insurance Company Zurich American Insurance Co. Countersigned by Page 1 of 1 WC 00 03 13 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance, Inc. Uniform Forms""' POLICY NUMBER: BAP 6478374-02 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "Insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: S. J. Louis Construction, Inc. Endorsement Effective Date. 11 / 1 / 2 015 SCHEDULE Name Of Person(s) Or Orgenizatlon(s): ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON—CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section If — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 CONTRACT Pate Intentionally Left Blank Contract 12810 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9"' day of June, 2016 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and S.J. Louis Construction of Texas, Ltd. of the City of Houston, County of Harris 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 16-12810-TF Northwest Water Reclamation Plant Phase 1A — Outfall Line 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. S.J. Louis Construction of Texas Ltd 's proposal dated April 14, 2016 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance i 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: CITY OF LUBBO TEXAS (OWNER): 1' 1. S.J. Louis Construction of Texas, Ltd. By: Daniel M. Pope, Mayor BY: " A ST: PRINTED NA Les V. Whitman f E' TITLE: General Manager J-�NAw), h r R ca Garza, City Secretary COMPLETE ADDRESS: APPROVE AST CONTENT: "- S.J. Louis Construction of Texas, Ltd. 2525 N. Loop West, Suite 220 Turpin, P.E., Water Utilities Engineer Houston, TX 77008 ATTEST: Woo ra in, P.E. Director o ublic Works 1' -Al APPRO D AS TO FORM: Corporate Secretary Philips J. Vallakalil, Secretary my S' s ty City orney j. Page Intentionallv Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 _t CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY F' This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. _z The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later rv' than the 71h business day after the date the vendor becomes aware of the facts that require the statement to be ' F filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).. The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmentalwebsites/ departments/purchasing/vendor-in foi-tnation CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsneNv/elf info form 1295.htm CERTIFICATE OF INTERESTED PARTIES FORM 1.295 loft Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-72001 S.J. Louis Construction of Texas, Ltd. Mansfield, TX United States Date Filed: 06/16/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12810 Heavy Utility 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary S.J. Louis, LLC Wilmington, DE United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT 1 I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. •`""""�• MARIA LAURA PAREDES SO, �:Notary Public, State of Texas 'P� Comm. Expires 04-08-2020 �- rJ/1d9lu� o„°:��' Notary ID 130612880 / -'- Les V. Whitman, General Manager i nature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said Les V. Whitman this the 16th day of June 20 16 to certify which, witness my hand and seal of office. Maria Laura Paredes Notary Signafure of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 Page Intentionally Left Blank _r .Vj GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 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. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit S.J. Louis Construction of Texas, Ltd., 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, John Turpin, P.E, Chief Water Utilities Engineer, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes 1 referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of I_ the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 9 10. 11. 12 CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY I Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING r It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 18. 19 off 21. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. F1 CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution i J 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 k . accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. OBSERVATION AND TESTING L The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and `fit 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. 1__ 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. 1 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: _ Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is s commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. I 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 t the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven () calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. t_. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. 1 The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and ' shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON CONTRIBUTORY BASIS ON AUTO/GENERAL LIABILITY AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW 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 IJI RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPER.,% PIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000--� Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1.000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with t coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. 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 $1,000,000. 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 person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the . Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has [] I I I 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 1- 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 fling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 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. d 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 i project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for a whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. ( 1 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by I J such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. t ,� (6) A provision that written notice shall be given to the City ten days prior to any change in or ycancellation 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. " s "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 (h) 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: (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; m include in all contracts to provide services on the project the following language: (...) p p j g "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' r_1 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 i 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 J 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 i 1 materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such ' individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. ( 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND } FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment off this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. ' If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 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 proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which_ the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God S or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS c 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 i-- approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK f.. i In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. Ho 42 43 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. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-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 thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or ... when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor r and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such ! property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said ( notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, ' equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. ' 49. LIMITATION ON CONTRACTOR'S REMEDY 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 $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's i . "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES t_ 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. i 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 E 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. t..i 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. i 58. NON -ARBITRATION t 59 The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-infoilnation Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank F EXHIBIT A General Decision Number: TX 160007 01 /08/2016 TX7 Superseded General Decision Number: TX20150007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Trion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis - Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /08/2016 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ............... $ 12.36 Structures ..................$ 13.52 I • : • ' '1 Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ................$ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less .................$ 12.28 Loader/Backhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine ............. $ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ............... $ 10.36 Scraper ..................... $ 10.61 Spreader Box ................$ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198- 005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0 19 8. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: i,_l • 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 L-i On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and . 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. 11 END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. I Ij EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page Intentionally Left Blank CITY OF LUBBOCK SPECIFICATIONS FOR Northwest Water Reclamation Plant Phase 1A Effluent Outfall Line Divisions 1-- 3,15 March 2016 in association with: ./ 6 TBPE Firm Registration No, 1151 TBPG Firm Registration No. 50103 RPLS Firm Registration Nos. 10011900 & 10007300 TECHNICAL SPECIFICATIONS DIVISION 1 — GENERAL REQUIREMENTS 01002 Measurement and Payment 01010 Construction General Requirements 01039 Construction Management 01 100 Summary of Work 01 105 Sequence of Construction 01300 Submittals 01420 References 01500 Temporary Facilities and Controls 01570 Maintenance and Control of Traffic 01770 Closeout Procedures DIVISION 2 — SITE WORK 02001 Materials 02090 Manholes 02220 Trench and Excavation Safety Systems 02225 Excavation, Backfilling and Compaction for Utilities 02226 Excavation, Backfilling and Compaction for Pavement 02230 Site Clearing 02275 Riprap 02510 Asphaltic Concrete Paving 02511 Pavement Replacement 02580 Pavement Markings 02934 Hydro Mulch Seeding 02938 Sodding DIVISION 3 — CONCRETE 03200 Concrete Reinforcement 03300 Cast -in -Place Concrete 03600 Grout DIVISION 15 — CONCRETE 15002 Field Testing of Piping Systems 15023 Piping System, Reinforced Concrete Pipe 15024 Piping System, Fiberglass Sewer Pipe 15030 Piping System, Polyvinyl Chloride (PVC) and Chlorinated Polyvinyl Chloride (CPVC) Pressure Pipe APPENDIX A — SUBSURFACE INVESTIGATION APPENDIX B — EASEMENT City of Lubbock f NW Water Reclamation Plant Phase 1 A TOC — Technical Specifications Project No. 5473 TOC - 1 March 5, 2016 SECTION 01002 MEASUREMENT AND PAYMENT PART1 GENERAL The "Bid Price" for each item, as set forth in the Proposal, shall include the furnishing of all labor, tools, materials, machinery, appliances, plant and equipment appurtenant to and necessary for the construction and completion in a workmanlike manner of all work as herein specified in strict accordance with these Specifications and accompanying Plans. The "Bid Price" shall also include any and all kinds, amount or class of excavation, backfilling, pumping (including bypass pumping), or drainage, sheeting, shoring and bracing, disposal of any and all surplus materials, protection of all overhead, surface or underground structures; removal and replacement of any poles, conduits, pipelines, appurtenances and connections, cleaning up, overhead expense, bond, public liability and compensation and property damage insurance, patent fees, and royalties, risk due to the elements, and profits, unless otherwise specified. The bid price shall also include all other incidentals not specifically mentioned above that may be required to fully construct each item complete in place in accordance with the Specifications and accompanying Plans. The CONTRACTOR shall take all measures necessary to protect existing structures, lawns, trees, shrubbery, etc., in the areas adjacent to the work which is not necessary to cut as a part of the construction, and if damaged, shall replace them in as good condition or better than previously existed at his own cost and expense without additional compensation from the OWNER. Listed below are descriptions of items as listed in the Proposal and the manner in which payment shall be awarded for each. If there is not a specific measurement and/or payment section, paragraph or item associated with each Technical Specification contained in this Contract Document, then the following descriptions shall be used to describe measurement and payment. If there is not a bid item provided for work identified on plans or in specifications, it shall be understood to be subsidiary to construction, measurement, and payment of one of the following Bid Items provided below. PART 2 BID ITEMS 2.1 BASE BID, ITEM NOS. 1 THROUGH 20 — OUTFALL PIPELINE: A. ITEM NO. 1 — Mobilization, Insurance, and Bonding The lump sum price bid shall be full compensation for all costs associated with mobilization and demobilization, bonds and insurance. Fifty percent (50%) of the bid amount will be paid in the first pay request and 50% will be paid in the last pay request. This item may be no more than 5% of the total amount bid. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 i 01002 - 1 Measurement and Payment March 5, 2016 B. ITEM NO. 2 — Storm Water Pollution Prevention Plan The lump sum bid item shall be full compensation for designing, furnishing and installing a storm water discharge pollution prevention system and shall include all geotechnical work, permits, any required seeding or sodding, design and material and labor necessary to provide a pollution prevention system in accordance with Specification Section 02220, and including additional measures as may be required to meet local codes and ordinances, proper maintenance of the systems during and after construction and proper removal and disposal when completed. Payment for the pollution prevention system shall be lump sum. C. ITEM NO. 3 — Trench and Excavation Safety The unit price bid shall be full compensation for designing, furnishing and installing a trench safety system and shall include all geotechnical work, all shoring (including any special shoring), sheeting, bracing and any other equipment, labor, designed by a Professional Engineer, and inspected by competent personnel on a daily basis, and all material necessary to provide a trench safety system in accordance with Specification Section 02220 for all aspects of the project. The trench safety system shall be measured and paid per linear foot along the centerline of the pipeline. D. ITEM NO. 4 — Traffic Control Plan The unit price bid per lump sum to design and implement a traffic control plan. All traffic control devices and layouts shall be in accordance with Texas Department of Transportation "Manual of Uniform Traffic Control Devices" and Specification Section 01570. The construction of temporary driveway, street crossing, and curb cuts shall be considered subsidiary to this bid item. Contractor shall maintain a minimum of one lane of traffic at all times on all streets. The traffic control plan shall be designed to allow for unimpeded traffic from all private residences accessed from within project limits. Measurement and payment for this item shall be made on a lump sum basis and shall include all labor and materials to assure proper traffic and pedestrian safety and flow during construction. E. ITEM NO. 5 — Right -of -Way Preparation Measurement and payment for this bid item shall be made on a per station basis and shall include removal and disposal of existing vegetation, removal, storage, and reinstallation of existing top soil, temporary shoring required for existing power poles, re -vegetation of the existing right-of-way, removal, storage, and reinstallation of the existing mailboxes, providing temporary mail facilities, removal, storage, and reinstallation of the existing roadway signs, furnish and install temporary access gates, irrigation/sprinkler systems removal and reinstallation, preliminary and final grading, seeding, sodding and fence removal and replacement. City of Lubbock NW Water Reclamation Plant Phase 1 A Measurement and Payment Project No. 5473 01002 - 2 March 5, 2016 { F. ITEM NO. 6 — Remove and Dispose of Existing pavement Measurement and payment for this item shall be made on a square yard basis and shall include any required sawcut and removal / disposal of existing pavement on Kent Street, in preparation for new asphalt pavement to be installed. G. ITEM NO. 7 — Furnish and Install HMAC Pavement Measurement and payment for this item shall be made on a square yard basis and shall include the installation of 6-inches flexible base (caliche) on compacted subgrade with 2-inches of Type "D" Fine Graded HMAC surface course per Section 8, Standard Specifications for Streets and Drainage, City of Lubbock Design Standards and Specifications, made on a square yard basis and shall include all labor and materials for clearing, subgrade preparation, excavating, filling, placing and compacting the base material, installing asphalt pavement (hot -mix, surface treatment), and application of all required pavement markings and appurtenances. H. ITEM NO. 9 — Remove and Replace Existing Asphalt Driveways Measurement and payment for this item shall be made on a square yard basis and shall include the repair and replacement of an open -cut trench pavement section within the confines of an existing asphalt driveway, made on a square yard basis and shall include all labor and materials for saw cutting, tamping the backfill, placing and compacting the base material, finishing and replacing the asphalt pavement (hot -mix, surface treatment). I. ITEM NO. 10 — Remove and Replace Existing Gravel Driveways Remove and Replace Existing Asphalt Driveways repair and replacement of gravel surfacing on existing driveways, made on a square yard basis and shall include all labor and materials for grading and preparing for installation of new gravel surfacing. J. ITEM NO. 11 — Furnish and Install 36-inch CCFRPM Outfall Pipeline The unit price bid per linear foot of 36-inch diameter CCFRPM Pipe for the plant effluent gravity pipeline at depths up to 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. City of Lubbock NW Water Reclamation Plant Phase 1 A Measurement and Payment Project No. 5473 01002 - 3 March 5, 2016 Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. K. ITEM NO. 12 — Furnish and Install 36-inch CCFRPM Outfall Pipeline The unit price bid per linear foot of 36-inch diameter CCFRPM Pipe for the plant effluent gravity pipeline at depths deeper than 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. L. ITEM NO. 13 — Furnish and Install 6-foot Diameter Manholes This bid item includes furnishing and installing 72-inch diameter manholes along the pipeline. This includes manhole risers, covers, frames, rings, linings, coating, concrete, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation. This item will be paid per each manhole installed independent of depth. City of Lubbock NW Water Reclamation Plant Phase 1 A Measurement and Payment Project No. 5473 01002 - 4 March 5, 2016 M. ITEM NO. 14 — Concrete Outfall Structure Measurement and payment for the installation of the reinforced concrete outfall structure and drainage way on a lump sum basis. This item includes all labor, materials for the excavation, formwork, concrete construction, grading and all other appurtenances and incidentals for a complete installation. N. ITEM NO. 15 — Furnish and Install Type "R" Rip -Rap Measurement and payment for furnishing and installing TxDOT Type "R" grouted stone riprap on geotextile fabric, on the basis of cubic yards, including all labor and materials for the preparation, excavation, grading, furnishing and installing geotextile fabric, stone riprap, grouting and all other appurtenances and incidentals for a complete installation. 0. ITEM NO. 16 — Existing Manhole Adjustments Measurement and payment for adjustment of existing manhole frame and covers, on the basis of each adjustment, including all labor, materials, appurtenances and incidentals for a complete installation per plans and specifications. 2.2 ALTERNATIVE BID "A", ITEM NOS. A-1 THROUGH A-3 — POLYVINYL CHLORIDE PIPE (PVC) A. ITEM NO. A-1 — Furnish and Install 36-inch PVC Outfall Pipeline The unit price bid per linear foot of 36-inch diameter PVC Pipe for the plant effluent gravity pipeline at depths up to 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. City of Lubbock NW Water Reclamation Plant Phase 1 A Measurement and Payment Project No. 5473 01002 - 5 March 5, 2016 B. ITEM NO. A-2 — Furnish and Install 36-inch PVC Outfall Pipeline The unit price bid per linear foot of 36-inch diameter PVC Pipe for the plant effluent gravity pipeline at depths deeper than 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. C. ITEM NO. A-3 — Furnish and Install 6-foot Diameter Manholes This bid item includes furnishing and installing 72-inch diameter manholes along the pipeline. This includes manhole risers, covers, frames, rings, linings, coating, concrete, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation. This item will be paid per each manhole installed independent of depth. 2.3 ALTERNATIVE BID "B", ITEM NOS. B-1 THROUGH B-3 — REINFORCED CONCRETE PIPE (RCP) A. ITEM NO. A-1 — Furnish and Install 36-inch RCP Outfall Pipeline The unit price bid per linear foot of 36-inch diameter RCP Pipe for the plant effluent gravity pipeline at depths up to 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. City of Lubbock NW Water Reclamation Plant Phase 1 A Measurement and Payment Project No. 5473 01002 - 6 March 5, 2016 Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. B. ITEM NO. A-2 — Furnish and Install 36-inch RCP Outfall Pipeline The unit price bid per linear foot of 36-inch diameter RCP Pipe for the plant effluent gravity pipeline at depths deeper than 20-feet. Included in the Contract shall be full compensation (unless a separate pay item is provided in the Proposal) for removing all utilities; trenching, for cutting and plugging existing lines; for furnishing and installing pipe, dewatering, pipe detection tape, transition pieces, stubout pipes, closure pieces, concrete encasement, flowable fill, concrete cradles, adapters, insulating gaskets, fittings, clay collars, fencing, backfill and embedment material, carrier pipe within encasement pipe; for making any connections required; conducting hydrostatic testing; and for cleanup, disposal, replacing any damaged utilities, and other work necessary for acceptable installation completely in place. Measurement for the 36-inch diameter effluent outfall pipe shall be the actual horizontal length along the centerline of the pipe, from center to center of connecting pipes or to ends of pipes, with no deduction in length made for manholes and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal) for trenching, depth of installation, dewatering, saw cutting and removal of pavement and sidewalks, disposal, hydrostatic testing, transition pieces, insulating gaskets, concrete encasement, concrete cradles, fittings, valves, clay collars, fencing, joint restraints, quality testing, replacement of pavement, sidewalks, and structures but will be considered subsidiary to installing the pipe. C. ITEM NO. A-3 — Furnish and Install 6-foot Diameter Manholes This bid item includes furnishing and installing 72-inch diameter manholes along the pipeline. This includes manhole risers, covers, frames, rings, linings, coating, concrete, embedment, grouting the manhole base to pipe springline, excavation, backfill, fittings, adaptors and all other appurtenances and incidentals necessary for manhole installation. This item will be paid per each manhole installed independent of depth. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 01002 - 7 Measurement and Payment March 5, 2016 SECTION 01010 CONSTRUCTION GENERAL REQUIREMENTS PART1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: A. Section Includes: Construction General Requirements not included in the General and Supplementary Conditions and in the related Sections listed below. B. Related Division 1 Sections: 1. Section 01002 "Measurement and Payment" for the description of the bid items include in the Bid Proposal. 2. Section 01039 "Construction Management" for the construction management system using electronic transfer of submittals, BFI's, progress reports, and other construction administration work. 3. Section 01100 "Summary of Work" that expands provisions is Owner/Contractor Agreement and General Conditions by summarizing Work required by Contract Documents. 4. Section 01 105 "Sequence of Construction" provides for sequence of construction for various elements. 5. Section 01300 "Submittals" for the procedures for submitting Action, Informational, and Delegated -Design Submittals. 6. Section 01420 "References" for the references to standards, rules, and regulations referenced throughout the specifications. 7. Section 01500 "Temporary Facilities and Controls" for the temporary utilities and construction facilities for support, security, and protection. 8. Section 01570 "Maintenance and Control of Traffic" for the procedure and requirements associated with the traffic control plans during constructions. 9. Section 01770 "Closeout Procedures" for the administrative and procedural requirements for Contract closeout. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-1 March 5, 2016 3_. c 1.3 CONTRACT MODIFICATION PROCEDURES: A. Minor Changes in Work: ENGINEER will issue Field Work Directives authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time. B. Proposal Requests: 1. OWNER -Initiated Proposal Requests: ENGINEER will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. a. Proposal Requests issued by ENGINEER are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. b. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost + adjustments to the Contract Sum and the Contract Time necessary to execute the change. i. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. ii. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. iii. Include costs of labor and supervision directly attributable to the change. iv. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 2. CONTRACTOR -Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract, CONTRACTOR may propose changes by submitting a request for a change to ENGINEER. a. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. b. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-2 March 5, 2016 I be made. If requested, furnish survey data to substantiate quantities. C. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. d. Include costs of labor and supervision directly attributable to the change. e. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 3. Allowances: a. Allowance Adjustment: To adjust allowance amounts, base each Change Order proposal on the difference between purchase amount and the allowance, multiplied by final measurement of work -in -place. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. i. Include installation costs in purchase amount only where indicated as part of the allowance. ii. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed. iii. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit -cost allowances. iv. OWNER reserves the right to establish the quantity of work -in -place by independent quantity survey, measure, or count. b. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the Purchase Order amount or CONTRACTOR'S handling, labor, installation, overhead, and profit. Submit claims within 21-days of receipt of the Change Order or Construction Change Directive authorizing work to proceed. OWNER will reject claims submitted later than 21-days after such authorization. C. Change Order Procedures: On OWNER'S approval of a Proposal Request, ENGINEER will issue a Change Order for signatures of OWNER and CONTRACTOR. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-3 March 5, 2016 I 1.4 PAYMENT PROCEDURES: A. Schedule of Values: 1. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule. a. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including Application for Payment forms with Continuation Sheets, Submittals Schedule, and Contractor's Construction " Schedule. b. Submit the Schedule of Values to ENGINEER at earliest possible date but no later than ten (10) days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use the Bid Schedule as a guide to establish line items for the Schedule of Values. 1. Identification: Include the following Project identification on the Application for Payment: a. Project name and location. b. OWNER'S Project Number. C. Name of ENGINEER. d. ENGINEER'S project number. e. CONTRACTOR'S name and address. f. Date of submittal. g. Application for Payment number. 2. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. 3. For major items of equipment delivered to the Project site; a maximum payment of ninety (90) percent of the supplier's invoice amount will be made. The remaining ten (10) percent will be made following completion of installation, startup, testing and placement of the equipment in service. 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 5. Include accepted Schedule of Values for each schedule or portion of lump sum Work, and the unit price breakdown for Work to be paid on a unit price basis. 6. Include separate line item for each Change Order and Work Order Directive executed prior to date of submission. Provide further breakdown of such as requested by ENGINEER. " City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-4 March 5, 2016 7. Allowances: Provide a separate line item in the Schedule of Values for each allowance. Show line -item value of unit -cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 8. Temporary facilities and other major cost items that are not direct ` cost of actual work -in -place may be shown either as separate line _r items in the Schedule of Values or distributed as general overhead expense, at CONTRACTOR'S option. 9. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. C. Applications for Payment: 1. Each Application for Payment shall be consistent with previous applications and payments as certified by ENGINEER and paid for by OWNER. a. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. 2. Payment Application Forms: Use one of the following forms for Applications for Payment. a. AIA Document G702 and AIA Document G703 Continuation Sheets. b. AIA Document G702/CMa and AIA Document G703 Continuation Sheets. C. EJCDC Document 1910-8-E, or d. CONTRACTOR'S form, when approved by ENGINEER and OWNER. 3. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of CONTRACTOR. ENGINEER will return incomplete applications without action. a. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. b. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-5 March 5, 2016 i 4. Payment Application Procedures: a. Once a month, the CONTRACTOR shall submit to the Resident Project Representative (RPR) one (1) draft copy of the partial pay estimate for review. RPR shall review and revise, as necessary, and then return the draft to the CONTRACTOR. Allow RPR seven (7) days minimum to check pay estimate. b. CONTRACTOR shall then prepare six (6) original signed copies for the RPR's signature. Provide one (1) extra original for RPR to check one more time. (Original signatures are required on all six (6) summary pages and six (6) signature pages. Photocopied signatures will not be accepted.► C. One copy shall include waivers of lien and similar attachments if required. Partial pay requests shall be on forms approved by the OWNER. d. CONTRACTOR shall use approved Schedule of Values and Bid Schedule for pay items. Provide signature space for CONTRACTOR and OWNER and ENGINEER as designated. e. Pay Estimate pages should be submitted in this order: i. Summary of Payment Estimate Values with notarized statement. ii. Attachment A — Total Value of Contract Performed. iii. Attachment B — Extra Work on Approved Change Orders. iv. Attachment C — Materials on Hand. V. Copies of new "materials on hand" invoices received during the current payment period placed in the order listed on Attachment C. Copies of invoices for prior periods do not need to be submitted again. vi. Signature page. 5. After signature is obtained from the Resident Project Representative, the CONTRACTOR shall submit the six (6) signed copies to the ENGINEER for review and forwarding to the OWNER for payment. 6. The ENGINEER will review and if he approves shall mail the six (6) copies to the OWNER. 7. CONTRACTOR should always check pay estimate remittance copies for any corrections prior to preparation of the next pay estimate. Just because the payment amount is the same as that submitted does not mean there were no errors. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-6 March 5, 2016 8. Type written working copies are required. 9. Materials incorporated into the project are tax-exempt. CONTRACTOR is responsible for all taxes related to construction of this project..r D. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1 . List of subcontractors. 1 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Schedule of unit prices. 5. Submittals Schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. List of Contractor's principal consultants. 8. Copies of building permits. 9. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 10. Initial progress report. 1 1 . Report of preconstruction conference. 12. Certificates of insurance and insurance policies. E. Contractor's Affidavit. Beginning with the second Application for Payment, each Application shall include a Contractor's Affidavit regarding discharge of payment obligations in accordance with the General Conditions. F. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for OWNER occupancy of designated portions of the Work. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-7 March 5, 2016 G. Final Payment Application: Submit Final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Requirements of General and Supplementary Conditions for final payment. 2. Evidence of completion of Project closeout requirements. 3. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 4. Updated final statement, accounting for final changes to the Contract Sum. 5. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 6. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 7. AIA Document G707, "Consent of Surety to Final Payment." 8. Evidence that claims have been settled, or provide a list of claims CONTRACTOR believes are unsettled. 9. Final, liquidated damages settlement statement. H. Nonpayment for Rejected or Unused Products: 1. Payment will not be made for the following: a. Loading, hauling, and disposing of rejected material. b. Quantities of material wasted or disposed of in manner not called for under Contract Documents. C. Rejected loads of material, including material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents. d. Material not unloaded from transporting vehicle. e. Material remaining on hand after completion of work. 1.5 PROJECT MANAGEMENT AND COORDINATION: A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, which depend on each other for proper installation, connection, and operation. t City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-8 March 5, 2016 1. Schedule construction operations in sequence required obtaining the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Project closeout activities. 7. Startup and adjustment of systems. 1.6 PROJECT MEETINGS: A. General: Resident Project Representative (RPR) will schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned within 7 days of the meeting. B. Preconstruction Conference: ENGINEER will schedule a preconstruction conference before starting construction, at a time convenient to OWNER, ENGINEER, and CONTRACTOR, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-9 March 5, 2016 1. Attendees: Authorized representatives of OWNER, ENGINEER, and their consultants; CONTRACTOR and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Minutes: ENGINNER will record and distribute meeting minutes. C. Pre -installation Conferences: CONTRACTOR will conduct a pre -installation conference at Project site before each construction activity that requires coordination with other construction. 1. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 2. Reporting: CONTRACTOR shall distribute minutes of the meeting to each party present and to parties who should have been present, as well as to the OWNER and ENGINEER. D. Progress Meetings: Unless otherwise specified, conduct progress meetings at monthly intervals. Coordinate dates of meetings with preparation of payment requests. 1 . Attendees: In addition to representatives of OWNER and ENGINEER, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 3. Minutes: ENGINEER will record and distribute to Contractor the meeting minutes. 4. Reporting: CONTRACTOR shall distribute minutes of the meeting to each subcontractor present and to parties who should have been present. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements r Project No. 5473 01010-10 March 5, 2016 j a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. E. Request for Information (RFI): 1. Procedure: Immediately on discovery of the need for interpretation or information of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. a. RFIs shall originate with CONTRACTOR. RFIs submitted by entities other than CONTRACTOR will be returned with. no response. b. Coordinate and submit RFIs in a prompt manner so as to avoid delays in CONTRACTOR'S work or work of subcontractors. 2. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: a. Project name. b. Date. C. Name of CONTRACTOR. d. Name of ENGINEER. e. RFI number, numbered sequentially. f. Specification Section number and title and related paragraphs, as appropriate. g. Drawing number and detail references, as appropriate. h. Field dimensions and conditions, as appropriate. i. CONTRACTOR'S suggested solution(s). If CONTRACTOR'S solution(s) impact the Contract Time or the Contract Sum, CONTRACTOR shall state impact in the RFI. j. Contractor's signature. k. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. 3. ENGINEER'S Action: ENGINEER will review each RFI, determine action required, and return it. Allow seven working days for City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-11 March 5, 2016 ENGINEER'S response for each RFI. RFIs received after 1:00 p.m. local time will be considered as received the following working day. 4. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of ENGINEER'S actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. 5. ENGINEER'S action may include a request for additional information, in which case ENGINEER'S time for response will start again. 6. ENGINEER'S action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for CONTRACTOR to submit Change Proposal. 7. If CONTRACTOR believes the RFI response warrants change in the Contract Time or the Contract Sum, notify ENGINEER in writing within 10 days of receipt of the RFI response. F. On receipt of ENGINEER'S action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify ENGINEER within seven days if CONTRACTOR disagrees with response. 1. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. 1.7 CONSTRUCTION PROGRESS DOCUMENTATION: A. Definitions: 1. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. a. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. b. Predecessor Activity: An activity that precedes another activity in the network. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-12 March 5, 2016 r s �A C. Successor Activity: An activity that follows another activity in the network. 2. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. 3. Float: The measure of leeway in starting and completing an activity. a. Float time is not for the exclusive use or benefit of either OWNER or CONTRACTOR, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 4. Fragment: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. 5. Major Area: An area of construction, a separate facility, or a similar significant construction element. B. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. C. Contractor's Construction Schedule, General: 1. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final Completion. a. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. 2. Activities: Treat each facility or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: a. Activity Duration: Define activities so no activity is longer than approximately 20 days. b. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. C. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section 01330 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. } City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-13 March 5, 2016 d. Startup and Testing Time: Include time for equipment testing and facility startup as specified in Division 1 Section 01810 "Equipment Testing and Facility startup." e. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for ENGINEER'S administrative procedures necessary for certification of Substantial Completion. 3. Constraints: Include constraints and work restrictions indicated in the Contract Documents and show how the sequence of the Work is affected. 4. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. 5. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. D. Contractor's Construction Schedule (GANTT Chart) 1. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart -type, Contractor's Construction Schedule within 30 days of date established for the Notice to Proceed. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of Project. 2. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 3. For construction activities that require 3 months or longer completing, indicate an estimated completion percentage in 10 percent increments within time bar. 1.8 PHOTOGRAPHIC DOCUMENTATION: A. Key Plan: Submit key plan of Project site with notation of vantage points marked for location and direction of each photograph. Indicate elevation or stage of construction of structure or area. Include same label information as corresponding set of photographs. B. Construction Photographs: Submit two prints of each photographic view and two CD-ROMs each containing a complete set of digital image files within seven days of taking photographs. 4�. 1. Format: 8-by-10-inch smooth -surface matte prints on single -weight commercial -grade photographic paper, enclosed back to back in clear plastic sleeves that are punched for standard 3-ring binder. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-14 March 5, 2016 2. Identification: On back of each print, provide an applied label or rubber-stamped impression identifying the picture. 3. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints as a Project Record Document on CD-ROM. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as the sensor, uncropped. 4. Obtain and transfer copyright usage rights from photographer to OWNER for unlimited reproduction of photographic documentation. C. Construction Photographs: 1. Photographer: Engage a qualified commercial photographer to take the preconstruction and final aerials and final construction photographs. A commercial photographer or a member of the CONTRACTOR'S staff may take the initial and monthly progress photographs. 2. Film Images: a. Date Stamp: Unless otherwise indicated, date and time stamp each photograph as it is being taken so stamp is integral to photograph. 3. Field Office Prints: Retain one set of prints of progress photographs in the field office at Project site, available at all times for reference. Identify photographs same as for those submitted to ENGINEER. 4. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by ENGINEER. a. Flag construction limits before taking construction photographs. b. Provide one aerial photograph of Project site prior to start of construction. C. Take a minimum of ten (10) photographs to show existing conditions adjacent to property before starting the Work. d. Take photographs of existing facilities either on or adjoining property to accurately record physical conditions at start of construction. 5. Periodic Construction Photographs: Take a minimum of two (2) color photographs of each structure or area under construction monthly, coinciding with the cutoff date associated with each Application for Payment. As approved by Resident Project Representative, select City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-15 March 5, 2016 t vantage points to show status of construction and progress since last photographs were taken. 6. Final Construction Photograph. Provide a minimum of five (5) color photographs and two (2) aerial photographs of Project site following construction. 1.9 REFERENCES: A. Definitions: 1. General: Basic Contract definitions are included in the Conditions of the Contract. 2. "Approved": When used to convey ENGINEER'S action on CONTRACTOR'S submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. 3. "Directed": A command or instruction by ENGINEER. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." 4. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." 5. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. 6. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. 7. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. 8. "Provide": Furnish and install, complete and ready for the intended use. 9. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. B. Industry Standards: 1. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-16 March 5, 2016 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. 2. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. 3. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 4. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.10 PRODUCT REQUIREMENTS: A. Substitution Requests: 1. Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title; Drawing numbers and titles; sufficient information for review by ENGINEER; CONTRACTOR'S certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated; and CONTRACTOR'S waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 2. ENGINEER'S Action: If necessary, ENGINEER will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. ENGINEER will notify CONTRACTOR of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order or Field Order. b. Use product specified if ENGINEER cannot make a decision on use of a proposed substitution within time allocated. B. Product Delivery, Storage, and Handling: Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. 2. Delivery and Handling: a. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-17 March 5, 2016 s b. 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. C. 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. d. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 3. Storage: a. Store products to allow for inspection and measurement of quantity or counting of units. b. Store materials in a manner that will not endanger Project structure. C. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. d. Store cementitious products and materials on elevated platforms. e. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. f. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. g. Protect stored products from damage and liquids from freezing. h. Off -site storage of materials and equipment shall be the sole responsibility of the CONTRACTOR. 4. Extra Materials, Special Tools, Test Equipment, and Expendables: a. Divisions 2 through 17 Sections for specific requirements. b. Schedule: i. Ensure shipment and delivery occurs concurrent with shipment of product. ii. Transfer to OWNER upon acceptance by CONTRACTOR of shipment. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-18 March 5, 2016 L. OSHA Standards: All work performed under this Contract shall meet the applicable requirements of the Occupational Safety and Health Administration (OSHA). It is the responsibility of the CONTRACTOR to become familiar with the provisions of regulations published by OSHA in the Federal Register and to perform all of the responsibilities there under. It is the CONTRACTOR'S responsibility to see that the Project is constructed in accordance with OSHA regulations and to indemnify and save harmless the OWNER from any penalties resulting from the CONTRACTOR'S failure to so perform. 1.12 PROJECT RECORD DOCUMENTS: A. Submittals Required: 1. Record Drawings: Submit one set of marked -up Record Prints. 2. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. 3. Record Product Data: Submit one copy of each Product Data submittal. B. Record Drawings: 1. Record Prints: CONTRACTOR shall maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. a. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. i. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. ii. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. b. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. i. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. ii. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-23 March 5, 2016 2. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. a. Include identification on cover sheets. b. Identification: As follows: L ii. iv 1.13 POST FINAL INSPECTION: Date. Designation "PROJECT RECORD DRAWINGS." Name of ENGINEER. Name of CONTRACTOR. A. Approximately one month before the end of the General Warranty period; the ENGINEER will make arrangements with the OWNER and CONTRACTOR for a post final inspection. Written notice will be sent the above parties informing them of the date and time for the inspection. 1. After the inspection, the ENGINEER will inform the CONTRACTOR of any corrective action required. B. The Special Warranties for equipment as described in Division 1 Section 01010 "General Construction Requirements" Part 2 paragraph titled "Product Requirements" and other work as described in other Sections of the specifications will still be in force. PART 2 PRODUCTS Not used. PART 3 RECORDING AND MAINTENANCE 3.1 Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. 3.2 Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for ENGINEER'S reference during normal working hours. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Construction General Requirements Project No. 5473 01010-24 March 5, 2016 SECTION 01100 SUMMARY OF WORK PART1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: A. This Section includes the following: 1. Project Identification and Contact Information. 2. Scope of Work. 3. Type of the Contract. 4. Work under other contracts. 5. Limits of subcontractor participation. 6. Use of premises. 7. Owner's occupancy requirements. 8. Work restrictions. 9. Special Formats and Conventions. 10. Permits. 11. Other professional services. B. Related Sections include the following: 1. Division 1 Section 01105 "Sequence of Construction" for requirements for the construction sequence of various work elements during the construction improvements and expansion of an existing facility. 2. Division 1 Section 01500 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT IDENTIFICATION AND CONTACT INFORMATION: A. Project Identification: Northwest Water Reclamation Plant Phase 1 A — Effluent Outfall Line 1. Project Location: Lubbock, Texas B. OWNER: City of Lubbock 1. OWNER'S Representative: John Turpin, P.E., Chief Water Utilities Engineer, City of Lubbock, 1625 13th Street, Lubbock, Texas 79401. In case of emergency, OWNER's emergency contact is Kyle McCoy, 806-775-3234 or 806-775-3235. City of Lubbock NW Water Reclamation Plant Phase 1 A Summary of Work Project No. 5473 01 100 - 1 March 5, 2016 I 2. ENGINEER: Colden S. Rich, P.E., Enprotec / Hibbs & Todd, 402 Cedar Street, Abilene, Texas 79601. 1.4 SCOPE OF WORK: A. The Work, under this Contract, consists of furnishing all labor, supervision, equipment, tools, materials, transportation, services, and related items necessary for the construction and completions, start-up and placing in service the Project described in the following paragraphs. 1. The Work includes the following items: a. Clearing as required to complete the work. b. Trench safety systems, groundwater dewatering, shoring, sheet piling, and earthwork required. C. Installation of NWWRP Outfall Pipeline and appurtenances. 2. Unless otherwise specified, CONTRACTOR shall provide the following: a. Temporary facilities and controls as specified in Division 1 Section "Temporary Facilities and Controls." b. Provide quality control, material testing, field-testing, and related services in accordance with Division 1 Section "Quality Requirements." C. Field surveying required for support of construction operations. 1.5 TYPE OF CONTRACT: A. Project will be constructed under a single prime contract. 1.6 WORK UNDER OTHER CONTRACTS: Not used. 1.7 LIMITS OF SUBCONTRACTOR PARTICIPATION: A. It is the intent of these Contract Documents that a General Contractor completes the Project having the capability to perform a substantial percentage a minimum of forty (40) percent of the total Project. The apparent low bidder for the Project shall submit a list of work to be performed by subcontractors and materials purchased directly by subcontractors, with their estimated dollar value for consideration. Contractors may be disqualified if more than sixty (60) percent of the total Project is to be performed by subcontractors. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 01 100 - 2 Summary of Work March 5, 2016 1.8 WORK RESTRICTIONS: A. On -Site Work Hours: Work shall be generally performed at the site during normal business working hours of 7:00 a.m. to 6:00 p.m., Monday through Friday, except otherwise indicated. 1 . Saturday Hours: 7:00 a.m. to 6:00 p.m., with written notification to OWNER 48 hours in advance. 2. Early Morning Hours: Contractor shall minimize early morning hours or late evening hours of work, and shall comply with local requirements of authorities having jurisdiction for restrictions on noisy work. A variance shall be obtained before proceeding with the work. 3. Hours for Utility Shutdowns: Tuesday through Thursday, no utility shutdown on Monday or Friday. 4. Work shall not be performed on Sundays or City Holidays except as outlined in Section "General Instructions to Offerors," Paragraph 26. a. City Holidays: i. New Year's Day — January 1. ii. Martin Luther King Day — third Monday in January. iii. Good Friday — Friday before Easter. iv. Memorial Day — Last Monday in May. V. Independence Day — July 4. vi. Labor Day — First Monday in September. vii. Veteran's Day — November 11 (Floating Holiday). viii. Thanksgiving — Fourth Thursday in November. ix. Friday after Thanksgiving. X. Christmas Eve — December 24. A. Christmas Day — December 25. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by OWNER or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify ENGINEER or RESIDENT PROJECT REPRESENTATIVE not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. 1.9 SPECIFICATION FORMATS AND CONVENTIONS: A. Specification Format: The Specifications are organized into Divisions and Sections using a 16-division format and CSI "Master Format" numbering system. 'j City of Lubbock 'i NW Water Reclamation Plant Phase 1 A Summary of Work Project No. 5473 01 100 - 3 March 5, 2016 1 1 . Division 1: Sections in Division 1 govern the execution of the Work of all Sections in the Specifications. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred, as the sense requires. Singular words shall be interpreted as plural and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by CONTRACTOR. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by f CONTRACTOR or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is i used within a sentence or phrase. 3. Additional meaning of language used may be found in the General Conditions Article "Defined Terms and Terminology." 1.10 PERMITS: A. Attention is directed to the requirements of the General Conditions regarding obtaining permits. The CONTRACTOR shall obtain and pay for all applicable permits in connection with the Work including a stormwater discharge permit. The Bid Prices shall include the costs for obtaining all required permits, as well as performing the work in accordance with the permit requirements. The fees associated with City of Lubbock permits will be waived; however, the CONTRACTOR shall be required to obtain the permits. 1.11 OTHER PROFESSIONAL SERVICES: A. Other Professional Services: Engineer(s) or engineering firms which may be retained by the CONTRACTOR or his subcontractors or vendors to fulfill engineering requirements of the Project during the construction phase. B. When professional engineering services are required during the course of the Project, the CONTRACTOR shall comply with the requirements of Subchapter A, Chapter 2254, Texas Government Code and shall select and award on the basis of demonstrated competence and qualifications to perform the services for a fair and reasonable price and shall not select services or award contracts on the basis of competitive bidding. City of Lubbock NW Water Reclamation Plant Phase 1 A Summary of Work Project No. 5473 01 100 - 4 March 5, 2016 1 .12 SUBSTANTIAL COMPLETION: A. The definition of SUBSTANTIAL COMPLETION in the General Conditions, Item 9 shall be modified to include the following. "Substantial Completion is further defined as (i) that degree of completion of the Project's operating facilities or systems sufficient to provide Owner the full time, uninterrupted, and continuous beneficial operation of the Work; and (ii) all required functional, performance, and acceptance or startup testing has been successfully demonstrated for all components, devices, equipment, and instrumentation and control to the satisfaction of Engineer in accordance with the requirements of the Specifications. All items shall be placed into operation prior to the date specified for substantial completion and shall remain continuously on-line following the date specified for substantial completion. The components shall not have any work items remaining that require the final items to be taken out of service following substantial completion, but still may require minor miscellaneous work and adjustment which does not prevent OWNER'S use of the project for its intended purpose. To be considered as substantially complete and ready for operation, the following requirements shall be met: Equipment shall be installed complete with the permanent electrical and instrumentation items complete and operable. Suppliers' installation report shall be complete and furnished to ENGINEER. Normal mode of operation shall be utilized including all automatic control features with associated interlocks and protection systems. Structural and architectural items shall be sufficiently complete for the intended service and shall provide adequate protection of electrical and instrumentation equipment placed into operation." PART PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Summary of Work Project No. 5473 01 100 - 5 March 5, 2016 SECTION 01105 SEQUENCE OF CONSTRUCTION PART1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 CONSTRUCTION SEQUENCE FOR SPECIFIC ITEMS: A. Kent Street Repaving: 1. The Effluent Outfall Line will include as part of its scope the repaving of Kent Street from North Slide Road B to N. Quaker Avenue. NWWRP CONTRACTOR will be required to access the plant from the north for extended periods during repaving activities. B. NWWRP Project Access Limited: 1. During the installation of the Effluent Outfall Line, Slide Road south of the NWWRP may be closed for extended periods of time. CONTRACTOR shall plan and coordinate with the CONTRACTOR for the NWWRP for accessing project site project site from north of the site during the installation of those pipelines. 1.3 SPECIAL PROVISION FOR EASEMENTS: A. Crest Hill Tract "C" Property (Approx. Stations: STA 118+35 through STA 126+95) 1. Construction activities on the Crest Hill Tract "C" property shall not begin without written authorization from the Owner. B. Lubbock State School Property (Approx. Stations: STA 128+35 through STA 153+70) 1. Construction activities on the Lubbock State School Property shall not begin without written authorization from the Owner. 2. Refer to Plan Sheet E-001 and Appendix B for additional requirements associated with the easement across this Property. PART PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1A Project No. 5473 01105 - 1 Sequence of Construction March 8, 2016 SECTION 01300 SUBMITTALS PART1 GENERAL 1.1 SECTION INCLUDES: A. Submittal Procedures. B. Construction Progress Schedules. C. Shop Drawings. D. Product Data. E. Manufacturer's Installation Instructions. F. Manufacturers' Certificates. 1.2 SUBMITTAL PROCEDURES: A. Transmit each submittal to Engineer for review. Use the following formats. B. Submit only electronic copies to the Engineer. Engineer will review and return an electronic copy to Contractor. C. All electronic files shall be in PDF format and shall contain no pages larger than 11 " x 17". Ensure that scanned documents are fully legible. D. Each submittal shall be limited to a single specification section or material topic. Where equipment packages, assemblies, and the like are interrelated, the submittals should be provided together facilitating review of the Contractor's purposed offering. When related portions of an equipment package or system are not provided, the submittals may be returned without review. E. Submittals shall be named and numbered with the specification number listed first followed by a dash and a sequential number for that specification section. For example, 13205-02 would be the second submittal for the clearwell specification. F. Should a resubmittal be required, the original submittal number shall be followed by an "A", "B", etc. For example, 13205-02A would be the first resubmittal on the second submittal for the clearwell. G. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing and detail number, and Specification section number, as appropriate. H. Apply Contractor's stamp, signed or initialed, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. City of Lubbock NW Water Reclamation Plant Phase 1 A Submittals Project No. 5473 01300 - 1 March 5, 2016 I. Schedule submittals to expedite the Project, and deliver to Engineer at business address. Coordinate submission of related items. J. For each submittal for review, allow 5 business days excluding delivery time to and from the Contractor. K. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. 1. Use a separate page(s) at the beginning of each portion of the submittal package. 2. If no variations are proposed, state such on a separate page at the beginning of the submittal package. L. Provide space for Contractor and Engineer review stamps. M. Revise and resubmit, if required, and identify all changes made since previous submission. N. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with provisions. 0. Submittals not requested will not be recognized or processed. 1.3 CONSTRUCTION PROGRESS SCHEDULES: A. Submit initial schedule in reproducible form at the Preconstruction Conference. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. Indicate estimated percentage of completion for each item of Work on each Application for Payment submission. F. Submit status of Requests for Information and submittals at monthly construction meetings. 1.4 SHOP DRAWINGS: A. Submit for review. After review, produce copies and distribute in accordance with the SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700--CONTRACT CLOSEOUT. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 01300 - 2 Submittals March 5, 2016 1.5 PRODUCT DATA: A. Submit for review. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. After review, distribute in accordance with the Submittal Procedures article above and provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. 1.6 MANUFACTURER INSTALLATION INSTRUCTIONS: A. When specified in individual Specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and operating, to Engineer. 1.7 MANUFACTURER OPERATION AND MAINTENANCE INSTRUCTIONS: A. When specified in individual specification sections, submit printed instructions for operations and maintenance (O&M), to Engineer. B. O&M information shall include but not necessarily be limited to parts lists, disassembly drawings, electrical schematics, and other information required for proper operation and maintenance. 1.8 MANUFACTURER CERTIFICATES: A. When specified in individual Specification sections, submit certification by manufacturer to Engineer. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Submittals Project No. 5473 01300 - 3 March 5, 2016 SECTION 01420 REFERENCES PART 1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS: A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey ENGINEER'S action on Contractor's submittals, applications, and requests, "approved" is limited to Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by ENGINEER. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS: A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the LA 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 . City of Lubbock NW Water Reclamation Plant Phase 1 A References Project No. 5473 01420 - 1 March 5, 2016 Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the organizations responsible for the standards and regulations in the following list. ADAAG Americans with Disabilities Act (ADA) Architectural Barriers Act (ABA) CFR Code of Federal Regulations DOD Department of Defense Military Specifications and Standards DSCC Defense Supply Center Columbus (See FS) FED -STD Federal Standard (See FS) FS Federal Specification FTMS Federal Test Method Standard (See FS) MIL (See MILSPEC) MIL -STD (See MILSPEC) MILSPEC Military Specification and Standards UFAS Uniform Federal Accessibility Standards TAS Texas Accessibility Standards TDLR Texas Department of Licensing and Regulations 1.4 ABBREVIATIONS AND ACRONYMS: A. 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. AA Aluminum Association, Inc. (The) AAADM American Association of Automatic Door Manufacturers AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway and Transportation Officials ABMA American Bearing Manufacturers Association ACI ACI International (American Concrete Institute) ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies, Inc. (The) AGA American Gas Association AGC JAssociated General Contractors of America (The) Al I Asphalt Institute City of Lubbock NW Water Reclamation Plant Phase 1 A References Project No. 5473 01420 - 2 March 5, 2016 AIA American Institute of Architects (The) AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALCA Associated Landscape Contractors of America (Now PLANET - Professional Landcare Network) ALSC American Lumber Standard Committee, Incorporated AMCA Air Movement & Control Association International, Inc. ANSI American National Standards Institute APA Architectural Precast Association API American Petroleum Institute ARI Air -Conditioning & Refrigeration Institute ARMA lAsphalt Roofing Manufacturers Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM ASTM International (American Society for Testing and Materials International) AWI Architectural Woodwork Institute AWPA American Wood -Preservers' Association AWS American Welding Society AWWA American Water Works Association BHMA 1 Builders Hardware Manufacturers Association BIA Brick Industry Association (The) CGA Compressed Gas Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CPA Composite Panel Association CPPA Corrugated Polyethylene Pipe Association CRSI Concrete Reinforcing Steel Institute CSI Cast Stone Institute CSI Construction Specifications Institute (The) DHI Door and Hardware Institute DMS Departmental Material Specifications, TxDOT EIA Electronic Industries Alliance EJCDC Engineers Joint Contract Documents Committee EJMA Expansion Joint Manufacturers Association, Inc. FMG FM Global (Formerly: FM - Factory Mutual System) FMRC Factory Mutual Research (Now FMG) HI Hydraulic Institute HMMA Hollow Metal Manufacturers Association (Part of NAAMM) HPVA Hardwood Plywood & Veneer Association ICEA Insulated Cable Engineers Association, Inc. IEEE Institute of Electrical and Electronics Engineers, Inc. (The) IESNA Illuminating Engineering Society of North America ZEST Institute of Environmental Sciences and Technology IGCC Insulating Glass Certification Council IGMA Insulating Glass Manufacturers Alliance City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 01420 - 3 References March 5, 2016 ISO International Organization of Standardization LPI Lightning Protection Institute MBMA Metal Building Manufacturers Association MFMA Metal Framing Manufacturers Association MHIA 1 Material Handling Industry of America MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NAAMM National Association of Architectural Metal Manufacturers NACE NACE International (National Association of Corrosion Engineers International) NRCA National Roofing Contractors Association NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NETA InterNational Electrical Testing Association NFPA NFPA (National Fire Protection Association) NGA National Glass Association NHLA National Hardwood Lumber Association NSF NSF International (National Sanitation Foundation International) NWWDA National Wood Window and Door Association (Now WDMA) PCI Precast/Prestressed Concrete Institute PDCA Painting & Decorating Contractors of America PDI Plumbing & Drainage Institute PGI PVC Geomembrane Institute PLANET Professional Landcare Network (Formerly: ACLA - Associated Landscape Contractors of America) PTI Post -Tensioning Institute RCSC Research Council on Structural Connections SAE Society of Automotive Engineers International SDI Steel Deck Institute SDI Steel Door Institute SIGMA Sealed Insulating Glass Manufacturers Association (Now IGMA) SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractors' National Association SSINA Specialty Steel Industry of North America SSPC SSPC: The Society for Protective Coatings STI Steel Tank Institute UL Underwriters Laboratories Inc. UNI Uni-Bell PVC Pipe Association WASTEC Waste Equipment Technology Association WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association) B. 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. City of Lubbock NW Water Reclamation Plant Phase 1 A References Project No. 5473 01420 - 4 March 5, 2016 PART 2 BOCA BOCA International, Inc. (See ICC) IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials (See ICC) ICBO ES ICBO Evaluation Service, Inc. (See ICC-ES) ICC International Code Council ICC-ES ICC Evaluation Service, Inc. SBCCI Southern Building Code Congress International, Inc. (See ICC) C. Federal 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. CE Army Corps of Engineers CPSC Consumer Product Safety Commission DOC Department of Commerce DOD Department of Defense DOE Department of Ener y EPA Environmental Protection Agency FAA Federal Aviation Administration FCC Federal Communications Commission FDA Food and Drug Administration GSA General Services Administration HUD Department of Housing and Urban Development NCHRP National Cooperative Highway Research Program (See TRB) NIST National Institute of Standards and Technology OSHA Occupational Safety & Health Administration PBS Public Building Service (See GSA) PHS Office of Public Health and Science RUS Rural Utilities Service (See USDA) SD State Department TRB Transportation Research Board USDA Department of Agriculture USPS Postal Service D. State Government and Regional 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 sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. TCEQ Texas Commission on Environmental Quality TFS Texas Forest Service Forest Resource Development TPWD Texas Parks and Wildlife Department TxDOT 1 Texas Department of Transportation PRODUCTS Not used. City of Lubbock NW Water Reclamation Plant Phase 1 A References Project No. 5473 01420 - 5 March 5, 2016 PART 3 EXECUTION Not used. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A References Project No. 5473 01420 - 6 March 5, 2016 PART 1 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: A. This Section includes requirements for temporary utilities, support facilities, and security and protection facilities. The Section also includes provisions for the project sign, plant operation during construction and plant shut downs, and other work. B. Related Sections include the following: 1. Division 1 Section 01100 "Summary of Work" for limitations on utility interruptions and other work restrictions. 2. Division 1 Section 01039 "Construction Management" for procedures for submitting copies of implementation and termination schedule and utility reports. 1.3 DEFINITIONS: A. Permanent Enclosure: As determined by ENGINEER, permanent or temporary roofing is complete, insulated, and weathertight; exterior walls are insulated and weathertight; and all openings are closed with permanent construction or substantial temporary closures. 1.4 USE CHARGES: A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to Owner's construction forces, ENGINEER, testing agencies, and authorities having jurisdiction. B. Electric Power Service: Electric power shall be obtained by CONTRACTOR, with CONTRACTOR responsible for obtaining meter and paying for all use charges. Provide connections and extensions of services as required for construction operations. 1.5 SUBMITTALS: A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel and Resident Project Representative. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 1 March 5, 2016 1.6 QUALITY ASSURANCE: A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.7 PROJECT CONDITIONS: A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before OWNER'S acceptance, regardless of previously assigned responsibilities. PART 2 PRODUCTS 2.1 MATERIALS: A. Portable Chain -Link Fencing: Minimum 2-inch, 9-gage, galvanized steel, chain -link fabric fencing; minimum 8 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. 2.2 TEMPORARY FACILITIES: A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, foundations adequate for normal loading, having insulated double walls, ceiling, and floors. B. Field Office, Resident Project Representative. Provide a separate field office, having a minimum floor space of 23.5 feet by 60 feet, with four private offices, one conference room, and the following features: 1. Security guard on all windows. 2. Toilet and wash facilities, in separate compartment, with hot and cold water and drain. Provide sewage disposal service for the toilet and drain in accordance with all state, federal, and local laws, ordinances, and codes. 3. Storage Room: with door and cylinder lock, keyed differently than exterior door locks. Provide two sets of keys. 4. Exterior Door Keys: Three sets. 5. Minimum Features: a. 110-volt lighting and wall plugs. b. Fluorescent ceiling lights. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 2 March 5, 2016 C. Electric heating and self-contained air-conditioning unit(s) properly sized for Project locale and conditions. d. Railed stairways and landings at entrances. e. Sign on entrance door with Resident Project Representative's name in 4-inch high letters. Unless otherwise specified: ALAN PLUMMER ASSOCIATES, INC. f. Number of Windows: Ten with screens and blinds on all windows. g. Minimum Interior Height: 8 feet. 6. Each of the office areas shall be furnished with the following: a. Desk; steel, 30 inches by 60 inches with desk located 29 inches above floor: One. b. Desk Chair; five castor base, adjustable height, swivels, locking back, adjustable seat back and arms: One. C. Chair, Straight Back: One. d. Waste Basket: One. e. Two -drawer legal file cabinet: One. f. Bookshelf, 36 inches wide by 48 inches tall: One. g. Marking Board; 3 feet by 5 feet: One. 7. The conference area shall be furnished with the following: a. Folding table; 48 inches by 72 inches: Five. b. Steel folding Chairs: Twenty. C. Drafting Table; 4 feet by 6 feet: One. d. Drafting Stool: One. e. Four -Drawer Steel File with Lock, legal width: Four. f. Book Case; 36 inches wide by 48 inches high: One. g. Wastepaper Basket: two. h. First -Aid Kit: One. i. Marking Board; approximately 3 feet by 5 feet: One. j. Bulletin Board: 2 feet by 3 feet. k. Bottle Water Service and bottle water: One. I. Paper Cup Dispenser with Cups: One. M. Paper Towel Dispenser with Towels: One. n. Coffee machine and supplies: One. 8. Communications and Telephone Services: a. Telecommunications: City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 3 March 5, 2016 Provide internet access, high speed internet (10 Mbps download minimum). ii. Provide four live portable computer ports. iii. Provide all appropriate jacks, CAT-5 patch cords, wiring, and equipment required for a complete telecommunications system. b. Telephone: i. Provide three (3) mobile phones with unlimited voice service. Service shall be provided by a telecommunications supplier with good reception at the project site. 9. Additional furnishings and equipment shall include the following: a. Photocopy machine with reduction feature and be capable of producing 8-1/2-inch by 11-inch; 11-inch by 17-inch copies; and capable of size enlargement or reproduction, collating and stapling: One. b. Plain paper facsimile/printer/scanner machine: One. C. 8-inch dial electric clock: One. d. Outdoor thermometer: One. e. Rain gauge: One. f. Digital camera with a minimum of 16.0 mega -pixel resolution with GPS geotagging capability, minimum 3-inch LCD display, 16 GB memory card, and AC adapter battery charger: One. g. Notebook Computer with the following minimum criteria: i. Processor: Intel° Core'' i5-4340M Processor (3M Cache, up to 3.60 GHz) or better. ii. Processor Speed: 2.9 GHz to 3.6 GHz or better. iii. Operating System: Windows 8.1 Pro 64bit. iv. Hard Drive Capacity: 500 Gigs or more. V. Memory: 6 GB. vi. Networking: • 10/100 LAN capable. • Built-in 802.11 b/g/N wireless LAN. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 4 March 5, 2016 vii. Display Size: 15.4—inch Wide -Viewing Angle. viii. Removal Media Storage: External DVD and CD- Read/Write Drive. ix. Additional Software: • Microsoft Office 2013 Pro. • Adobe Acrobat 10 std. or better. • ESET Nod 32 Virus protection. X. Additional Hardware: • Minimum 20-inch widescreen, flat panel, LCD monitor. • Notebook computer docking station compatible with laptop furnished. • Wireless optical mouse. • Computer keyboard. h. Microwave: One, 1200 W, 1.3 cubic feet. i. Refrigerator: One, 4 cubic feet, with freezer and three storage shelves. j. Tablet with the following minimum criteria: i. Apple iPadAir with WiFi + Cellular (current generation). ii. Memory: 32 GB. iii. Cellular Data Plan by a telecommunications supplier with good reception at the project site. iv. Protective Case: Otter box Defender Series of iPad Air. k. Portable Gas Detector: One (1) MSA ALTAIR 4X Multigas Detector. I. Fall Protection Kits: Two (2) fall protections kits that include a full body harness and energy absorbing lanyards. M. CONTRACTOR shall maintain service agreements on all equipment throughout the project. C. The following equipment shall become property of the OWNER upon completion of the Project. The CONTRACTOR shall relocate this equipment to a location designated by the OWNER. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 5 March 5, 2016 S' 1 . File Cabinet, 4-Drawer: Four. I 2. Digital Camera with accessories: One. 3. Copy Machine: One. 4. Facsimile/printer/scanner Machine: One. 5. Notebook Computer: One. 6. Notebook Computer Docking Station: One. 7. Tablet: One. 8. Portable Gas Detector: One. 9. Fall Protection Kits: Two. D. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. E. First Aid Facilities: Provide a first aid station in CONTRACTOR'S field office. Provide full complement of first aid supplies in weatherproof container at first aid station. 2.3 EQUIPMENT: A. Fire Protection: 1. Furnish and maintain onsite adequate firefighting equipment capable of extinguishing incipient fires. UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. Comply with applicable parts of National fire Prevention Standard for Safeguarding Building Construction Operations (NFPA No. 241). 2. Provide portable fire extinguishers, rated 2A minimum, at CONTRACTOR's and ENINEER'S field office, and at storage sheds. 3. Ensure that internal combustion engine powered equipment is located a safe distance from combustible materials. 4. Prohibit smoking in locations and operations of potential fire hazard and clearly post "No Smoking" or "Open Flame" signs. B. Flammable Material Storage: Store flammable/combustible liquids in conformance with requirements of federal and local codes and regulations, and prohibit storage of flammable/combustible liquids near exits, stairways or common passageways. Provide approved metal safety containers for storage of flammable/combustible liquids in excess of 1 gallon. 2.4 PROJECT SIGN: A. Provide and maintain one project identification sign at location designated by ENGINEER. Sign shall be 8-foot wide by 4-foot high, constructed of %-inch exterior high -density overlaid plywood. Sign shall bear the Name of Project, OWNER, ENGINEER, CONTRACTOR, and other participating agencies. Lettering shall be blue applied on a white background by an experience sign painter. Paint shall be exterior grade enamel. Information to be included shall be provided by ENGINEER. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 6 March 5, 2016 f ,._ 2.5 TEMPORARY FACILITY SERVICES: A. CONTRACTOR shall provide disposable facility services for treatment plant between substantial completion and final completion, and shall budget a minimum of three months for this service. Temporary facility services includes replacement of toilet paper, hand soap, paper towels, emptying trash cans, and cleaning restroom, shower, and operations room. 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 by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION: A. General: Install temporary service. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. Sanitary sewer service connections are unavailable at the project site. The CONTRACTOR shall make sanitary facility arrangements accordingly. C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. Water used by the CONTRACTOR during construction will be metered and paid for by the City. CONTRACTOR will be responsible for making connection to fire hydrant for temporary water using City furnished meter. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. E. Heating: Provide temporary heating required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. F. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 7 March 5, 2016 i G. Electric Power Service: Provide electric power service and distribution j system of sufficient size, capacity, and power characteristics required for construction operations. H. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. I. Telephone Service: Provide temporary telephone service in common -use facilities for use by all construction personnel. Provide a directory at each telephone, listing the name and business telephone number of: 1. CONTRACTOR and all subcontractors employed at work site. 2. Resident Project Representatives. 3. Medical Services; Physicians, Hospitals, and Ambulance service companies. 4. Emergency numbers of all utilities. 5. Police. 6. Fire Departments. J. Electronic Communication Service: Provide temporary electronic communication service, including electronic mail in field offices. 3.3 FIELD OFFICE'S AND SUPPORT FACILITIES: A. General Requirements: Provide incombustible construction for offices, shops, and sheds located within construction area or within 30 feet of building lines. Comply with NFPA 241. B. Resident Project Representative Field Office: 1. Locate where directed or as shown on Drawings; level, block, tie down, skirt, provide stairways, and relocate when necessary and approved. Construct on proper foundations, and provide surface drainage and connections for utility services. Raise grade under field office to elevation adequate to avoid flooding and standing water. 2. Provide a minimum of 4000 square feet of gravel or crushed rock base, minimum depth of 4 inches for parking in front of the RPR's field office. 3. Provide all temporary utilities to the Resident Project Representative field Office, including water, electricity, sanitary sewer, telephone, and telecommunications for the duration of the Project. 4. Maintain field office in good repair and appearance, and provide weekly cleaning service and replenishment, as required, of paper towels, paper cups, coffee, bottled water, hand soap, toilet paper, City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 8 March 5, 2016 %i and first -aid kit supplies. 5. Replenish, as needed, facsimile paper, duplicator paper, toner, writing tablets, and related office supplies. C. Contractor Field Office: Furnish, equip, and maintain a field office at the plant site for CONTRACTOR's use. The CONTRACTOR's field office shall have weather -tight construction, doors with locks and convenience outlets, air conditioning, ventilation and heating, electric lighting, and telephones. D. Storage Sheds: Provide storage sheds for products in conformance with the General Conditions. The storage sheds shall have weather -tight construction, heating, ventilating and air conditioning as required to comply with the General Conditions, sufficient space to provide for inspection, and electric lighting. E. Equipment and Material Storage: Properly store and protect equipment delivered to the job site until installation in accordance with manufacturer's recommendations. Motor space heaters shall be connected, shafts rotated, etc. All equipment shall be stored on skids or blocking, off the ground. F. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations and access to field offices. When possible, locate temporary roads and paved areas in same location as permanent roads and paved areas. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1. Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. 2. Prepare subgrade and install subbase and base for temporary roads and paved areas according to Division 2 Section 02300 "Earthwork." 3. Recondition base after temporary use, including removing contaminated material, regrading, proofrolling, compacting, and testing. 4. Provide dust -control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. G. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire -fighting equipment and access to fire hydrants. 3. Construction traffic shall be controlled to minimize impact of normal plant traffic. 4. CONTRACTOR shall repair damage to plant and public roadways. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 9 March 5, 2016 5. Provide signs warning of a construction site entrance. 6. Provide flagman when excessive construction traffic is expected. H. Parking: Provide temporary parking areas for construction personnel. I. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. J. Project Identification and Temporary Signs: Provide Project identification and other signs. Install signs where indicated to inform public and individuals seeking entrance to Project. Unauthorized signs are not permitted. 1. Provide temporary, directional signs for construction personnel and visitors. 2. Maintain and touchup signs so they are legible at all times. K. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Division 1 Section 01700 "Execution Requirements" for progress cleaning requirements. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION: A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. B. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil -bearing water runoff and airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. C. Stormwater Control: Comply with authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. D. Tree and Plant Protection: outside the drip line of construction operations. and erosion. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 Install temporary fencing located as indicated or trees to protect vegetation from damage from Protect tree root systems from damage, flooding, Temporary Facilities and Controls 01500 - 10 March 5, 2016 = E. Pest Control: Engage pest -control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Obtain - extended warranty for OWNER. Perform control operations lawfully, using environmentally safe materials. F. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2. Fence shall be a temporary chain link fence 8'-0" tall. 3. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Provide Resident Project Representative with one set of keys. G. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. H. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. I. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. 3.5 PROTECTION OF EXISTING STRUCTURES AND UTILITIES: A. Where excavation or demolition endangers adjacent structures (including ° fences) and utilities, the CONTRACTOR shall at his own expense carefully support and protect all such structures and/or utilities to prevent failure or settlement. Where it is necessary to move services, poles, guy wires, pipelines or other obstructions, the CONTRACTOR shall notify and cooperate with the utility owner. B. In case damage to an existing structure or utility occurs, whether failure or settlement, the CONTRACTOR shall restore the structure or utility to its original condition and position without compensation from the OWNER. The CONTRACTOR shall protect any plant equipment in construction areas, which remain in service during construction. C. CONTRACTOR shall repair or replace all damaged street surfaces, driveways, sidewalks, curb and gutter, fences, drainage structures, or other structures, to the satisfaction of the ENGINEER and the OWNER. Structures shall be restored to a condition equal to or better than the original condition and of a similar material and design. The costs of such repair or replacement shall be City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 11 March 5, 2016 borne by the CONTRACTOR and shall be included in the Proposal. D. The Plans show the locations of all known surface and subsurface structures and utilities. However, the OWNER and the ENGINEER assume no responsibility for failure to show any or all of these structures or utilities on the Plans, or to show them in their exact locations. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or require the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. E. It is anticipated that some utilities exist which are not shown on the Plans. The CONTRACTOR, prior to ordering material and beginning work, shall make an independent survey to locate and identify the type and size of all existing piping and valves in the construction area, using hand excavation if necessary. F. The CONTRACTOR shall keep an accurate record of the location, depth, size, type of material, and type of service of all underground utilities encountered during construction. All piping, valves, electrical conduits, etc. in the construction area shall be protected as necessary, in a manner acceptable to the ENGINEER. No additional compensation will be considered for the protection of any of these items whether shown on the Plans or not. G. No claims for delays will be considered as a result of encountering obstructions or conflicts not shown on the Plans. It is the sole responsibility of the CONTRACTOR to confirm the location of all subsurface piping, electrical conduits, etc., which affect the prosecution of his work prior to ordering materials or beginning work. 3.6 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. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01 500 - 12 March 5, 2016 1. Materials and facilities that constitute temporary facilities are property of Contractor, except as noted elsewhere. OWNER reserves right to take possession of Project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." 3.7 DUST CONTROL: A. The CONTRACTOR shall be responsible for eliminating and/or alleviating dust resulting from his construction operations. This is particularly applicable to dust which results from vehicular traffic traveling along or through areas where construction has resulted in dirt or dust being left on roadways. The CONTRACTOR shall sprinkle potable water or use other dust control methods which will reduce dust to a minimum. The OWNER may request additional dust control sprinkling at, any time as deemed necessary. Dust control will be considered subsidiary to construction and no separate measurement and payment will be made. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Temporary Facilities and Controls Project No. 5473 01500 - 13 March 5, 2016 SECTION 01570 MAINTENANCE AND CONTROL OF TRAFFIC PART1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: A. Section Includes: 1 . Maintaining an orderly flow of vehicular and pedestrian traffic through and around areas affected by construction activity. 2. Protect public from incurring injury or property damage as a result of the construction operations. 3. Provide the Vehicular and Pedestrian Traffic Control Plan in compliance with and obtain approval from the required state, local or other authority having jurisdiction. 4. Provide traffic control devices. 5. Perform the temporary construction and installations required and their maintenance during construction activities, along with the removal of traffic control devices, clean-up, and restoration of affected areas to their original conditions as near as possible. B. Related Sections: Division 1 Section 01500 "Temporary Facilities and Controls" for additional requirements. 1.3 REFERENCES: A. Texas Highway Department (TxDOT): 1. Texas Manual on Uniform Traffic Control Devices (TMUTCD)-2003. 2. Standard Highway Sign Designs for Texas-2008. B. Federal Standard FP-85: "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects" C. Regulations of jurisdictional agency where the Work is to be performed. 1.4 SUBMITTALS: A. Vehicular and Pedestrian Traffic Control Plan (Plan): City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1 A Control of Traffic Project No. 5473 01570 - 1 March 5, 2016 1. Provide Plan containing the elements specified herein to the ENGINEER and the jurisdictional authority in the respective City and State for review and approval. 2. Allow a minimum of 30-days for review of initial traffic control submittals on the following: a. Full closure of a street proposed to be CLOSED due to construction activity and emergency traffic. b. Partial street closure for an extended period of time. "Extended period of time" is defined as overnight, weekends, holidays, or periods of inclement weather. C. Intermittent lane reductions, where vehicular and pedestrian traffic will be interrupted for more than 15 minutes, more than once per day. 3. Plan shall include the following: a. Vehicular and pedestrian traffic routing, including detours. b. Proposed location of barricades, lighting, signage, flashing arrow boards, variable message boards, pavement markings, markers, signals, and other traffic control devices. C. Details of nonstandard signs, including size of sign, letter size, type, and messages. d. Arrangements for access to buildings within and immediately adjacent to the construction site. Vehicular access shall be maintained at all times to the Public buildings. e. Arrangements for emergency exiting from buildings within and immediately adjacent to the construction site. f. Anticipated traffic, bus zone, and driveway blockage resulting from construction operations. g. Locations where on -street parking will be permitted within the immediate vicinity of the site. h. Arrangements for temporary passenger and commercial loading and unloading zones and temporary bus stop zones, where existing zones will be blocked by construction activity. i. Routing and projected volume of construction trucks. j. A temporary signal plan when necessary. k. Mark locations of historic properties. City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1 A Control of Traffic Project No. 5473 01570 - 2 March 5, 2016 f i f , 4. Plan Preparation: Prepare the Plan with professional drafting procedures, to a scale of not less than one inch equals 200 feet, with details in a larger scale as required for a clear understanding. Plan shall be sealed by a Professional Engineer registered in State of Texas or a state where the Project is to be constructed. 1.5 PROJECT REQUIREMENTS: A. No construction shall be performed within or adjacent to street, alley, or public place until an approved Vehicular and Pedestrian Traffic Control Plan is approved by the Jurisdictional Authority. B. Preconstruction Video: Provide a preconstruction video of the Project prior to mobilization. PART 2 PRODUCTS 2.1 TRAFFIC CONTROL DEVICES: A. General Requirements: 1. Engineered Traffic Control System: The CONTRACTOR shall provide an engineered traffic control system in accordance with applicable federal, state, and local authorities having jurisdiction for the areas indicted on the Drawings. This design shall be accomplished by a professional engineer license in the state where the Project is to be constructed. 2. Traffic control devices and products shall conform to the requirements listed below, as shown on the Drawings, and to the applicable provisions of TMUTCD. 3. Signs shall conform to the requirements of Standard Highway Sign Designs for Texas. B. Barricades: Type II and Type III barricades shall be constructed of wood or plastic with markings conforming to TMUTCD. Type II barricades shall collapse when tipped over. C. Cones: Cones shall be 18-inches height minimum, with a broadened base capable of withstanding impact without damage to cone or vehicle; orange color highly visible in daylight and darkness; and retroflection requirements complying with TMUTCD. Cones shall be capable of remaining upright in normal traffic flow and wind conditions for the area of use. D. Drums: Drums shall be plastic, approximately 36-inches in height with a minimum diameter of 18-inches having markings conforming to TMUTCD. E. Flashing Arrow Boards and Variable Message Signs: Industry standard acceptable to ENGINEER and jurisdictional agency. City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1 A Control of Traffic Project No. 5473 01570 - 3 March 5, 2016 F. Retro-reflective Material: Sign panels, barricades, cones, drums, vertical panels, and flagger paddles shall have retro-reflective sheeting meeting minimum requirements for Type 11 A Retro-reflective material as described in Federal Standard FP-85, Section 633. G. Sign Panels: Unless otherwise specified, construction warning signs shall have orange background with black legend. Regulatory signs used during construction operations shall be fabricated in colors specified in TMUTCD. H. Sign Posts: Fabricated from untreated soft wood or other materials satisfactorily to ENGINEER. 1. Temporary Guardrail: Conform either to TMUTCD or FP-85, Section 606, for posts and steel rail. Used guardrail will be permitted providing it is approved by ENGINEER. J. Temporary Concrete Barriers: Conform either to TMUTCD or FP-85, Section 606, and the Drawings. Barrier shall have a white or yellow retro-reflection as applicable, approximately 1-inch by 3-inches in size, mounted on the top of each barrier at ten foot centers. K. Vertical Panels: Constructed of wood or other materials acceptable to ENGINEER. L. Warning Lights (flashing or steady burn): Provide Type A (low intensity flashing) or Type C (steady burn) as specified on the Drawings complying with the requirements of TMUTCD and FP-85. PART 3 EXECUTION 3.1 INSTALLATION, OPERATION, AND MAINTENANCE: A. Placement and Operation of Traffic Control Devices (TCD): 1. Upon approval of the Vehicular and Pedestrian Traffic Control Plan and prior to start of construction, CONTRACTOR shall place all temporary pavement markings and markers, erect all signs, barricades, cones, drums, and other traffic control devices required. 2. Traffic Control Devices: Provide, erect, place, maintain, and adjust TCD required to alert and forewarn the public of construction activities and potential hazards associated with construction activities. a. Traffic Control signs: Provide temporary traffic control signs as shown on the Drawings and in compliance with TMUTCD standards and the jurisdictional authority. b. Pavement Markings and Delineators: Provide required f temporary pavement markings and delineators. Remove existing or temporary pavement markings when traffic is moved to new pavement areas or to different traffic patterns. City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1 A Control of Traffic Project No. 5473 01570 - 4 March 5, 2016 n C. Replace all permanent pavement markings to pre-existing !. conditions or as modified by the Drawings. d. Redirecting Traffic: Directing, channeling, and shifting of traffic lanes in connection with the work will be subject o approval of local jurisdictional authority. 3. TCD shall operate only when they are needed and only those devices that apply to conditions actually in existence shall be operable. 4. Existing signs, whether permanent or temporary, that conflict with the traffic operations proposed for the current stage of construction shall be covered. Uncover signs as soon as traffic conditions warrant their use. 5. Type A flashing warning lights shall be used on "Road Work Ahead" signs, on barricades and drums (used singly), and on the first two barrier units or drums used in series for delineation. 6. Type C steady burn warning lights shall be mounted on channeling devices and used in series for delineation (except first two devices shall have Type A warning lights). B. Nighttime Operations: Nighttime construction operations shall be illuminated by a lighting system approved the ENGINEER and the local jurisdictional authority. Nighttime system shall be operated in such a manner to preclude glare to the approaching traveling public. C. Pavement Markings Removal: 1. Existing pavement markings that conflict with proposed pavement markings for a particular phase of construction shall be removed by sand blasting or other method that does not materially damage the surface or texture of the pavement. 2. Removal shall be in an uneven shape that does not perpetuate the outline of the removed markings. 3. Repair any damage to the existing pavement at no additional cost. 4. Accumulations of sand or other materials constituting a traffic hazard shall be removed. 5. Upon completion, sandblasted areas on bituminous surfaces shall be lightly coated with a coal tar emulsion or approved equal. D. Maintenance of Traffic Control Devices (TCD): 1. Replace all TCD that are lost, stolen, destroyed or deemed unacceptable while their use is required for the Project without additional compensation. City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1 A Control of Traffic Project No. 5473 01570 - 5 March 5, 2016 2. During non -working hours and following completion of a construction operation, all signs, except those necessary for public safety, shall be removed or entirely covered with plywood sheeting or other material so sign panel will not be visible. 3. Retro-reflective sheeting on signs, drums, barricades, and other devices shall be kept clean with scratches, rips, and tears un the sheeting promptly corrected by CONTRACTOR. E. Staging Areas: CONTRACTOR shall coordinate with ENGINEER locations for a staging area. Boundary of staging areas shall be located at least 30 feet from the edge of lanes open to the public. 2. During non -work hours, equipment shall be parked either in the staging areas or at least 30 feet from the edge of lanes open to the public. 3. When due to land features or right-of-way, it is not feasible to comply and the work is expected to resume within 24 hours, equipment (except rubber -tire equipment) may be parked a minimum of ten feet from the edge of open lanes, when approved by ENGINEER. Place a minimum of three Type II barricades with Type A warning lights on the pavement side of the equipment. 4. Rubber -tire equipment shall be parked a minimum of 30 feet from the traffic lanes open to the public or stored at the staging area. 3.2 VEHICULAR AND PEDESTRIAN CONTROL: A. Vehicular Traffic Control: Maintain vehicular traffic control, in coordination with local jurisdictional authority, at all location to the greatest extent as possible and reduce and reroute traffic only for the shortest time possible consistent with effective construction operations. 2. Do not block the required travel lanes with construction activities, including trucks delivering materials. Material deliveries and other related trucking activities shall occur in the CONTRACTOR's protected work area. 3. Upon completion of a segment of work in the streets, restore traffic to a normal flow as soon as possible. 4. Impact of work activities at intersections shall be kept to a minimum and restoration of cross -street traffic flow shall be a priority item. 5. Business and Property Access: Maintain vehicular and pedestrian access during their business hours. When construction activities require temporary closures of building entrances, arrange business and emergency accesses with the affected establishments. City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1A Control of Traffic Project No. 5473 01570 - 6 March 5, 2016 6. Hours of Operation: a. Daylight Hours: 7:00 a.m. to 6:00 p.m., or as approved by the local jurisdictional authority. b. Daylight Hour Limitation: No work will be allowed during morning and evening peak hours; 6:00 a.m. to 9:00 a.m. and 3:00 p.m. to 6:00 p.m. at designated intersections by local jurisdictional authority. B. Pedestrian Control: 1. Unless otherwise noted, a minimum of three pedestrian crosswalks at each intersection at all time. 2. No residence or business shall be denied pedestrian access at any time without Owner's consent. Facilities with multiple points of access may be subjected to restricted access with the prior written consent of the property owner or building management if so empowered. 3. Include provisions for the safe movement of mobility and sight - impaired individuals, including temporary ramps. 4. Temporary walking surfaces shall be constructed of non-skid materials. 5. Provide fencing or similar confining barrier to prevent errant pedestrian entry into work areas, restricted areas, and vehicular traveled way. 6. Maintain pedestrian accessibility to public transportation. 3.3 TEMPORARY STREET CLOSURES: A. Jurisdictional Authority Notification: Prior to the temporary closing of traffic or part of any street, sidewalk, or other access, or prior to changing traffic patterns, notify to obtain approval from the appropriate jurisdictional authority at least 30 days prior to the time such closures and changes are schedule. B. Requirements: 1. No more than one complete street closure will be allowed at any particular time. 2. Three (3) days prior to any street closure, partial street closure, or as soon as know for temporary emergency access closure, CONTRACTOR shall notify the EMGINEER and the following persons or designated representatives and obtain approval for the schedule of street closures: City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1 A Control of Traffic Project No. 5473 01570 - 7 March 5, 2016 a. Jurisdictional Authority's: i. Public works or transportation engineer. ii. Fire Department. iii. Police Department. iv. Solid Waste Department. V. Ambulance. b. TxDOT, if applicable. 3. CONTRACTOR's Surface Operations: Schedule work so as not to be working intermittently throughout the area; schedule excavation and construction activities, vigorously pursuing completion as required to permit opening of streets to traffic as soon as possible. 4. Temporary Walkways: Areas where removal of existing sidewalks is necessary, maintain access to adjacent businesses, entrances, and properties by temporary level or sloped walkways having a non-skid surface and width of not less than six feet. 5. Pavement Reconstruction: Phase construction so that the required number of traffic lanes on each street is provided. 6. Temporary Pavement and Patching: Construct, maintain, and remove temporary pavement and patching required to safely and expeditiously handle vehicular and pedestrian traffic within and adjacent to worksite. 7. Traffic Signal System: Traffic signals shall remain in operation except as approved by ENGINEER. If a traffic signal within the work area goes dark or fails to function, CONTRACTOR shall: a. Immediately call the Police for any required police control of the intersection and provide temporary flagmen until police arrives. b. Immediately notify the concerned office of the jurisdictional authority. C. Immediately notify the ENGINEER. d. If signal failure is a result of the CONTRACTOR's work, the CONTRACTOR shall be responsible for all costs incurred. 8. When necessary, provide flagmen for controlling movement of equipment and materials to the worksite. 9. Maintain local access for emergency traffic such as police, fire, medical, and disaster units at all times. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 01570 - 8 Maintenance and Control of Traffic March 5, 2016 C. Flagmen: 1. Flagmen shall be physically and mentally qualified, trained in their duties, efficient, and courteous, as outlined in TMUTCD. 2. Flagmen shall be identified with appropriate and distinctive apparel, including orange retro-reflective vest and hat. 3. Equipped with a highly visible, retro-reflective "STOP/SLOW" hand sign. Flags shall not be permitted unless approved by ENGINEER. END OF SECTION City of Lubbock Maintenance and NW Water Reclamation Plant Phase 1 A Control of Traffic Project No. 5473 01570 - 9 March 5, 2016 PART 1 SECTION 01770 CLOSEOUT PROCEDURES GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1 Section 01010 "General Construction Requirements" for the following paragraphs titled: a. "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. b. "Photographic Documentation" for submitting Final Completion construction photographs and negatives. C. "Execution Requirements" for progress cleaning of Project site. d. "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 2. Divisions 2 through 17 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION: A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise OWNER of pending insurance changeover requirements. City of Lubbock NW Water Reclamation Plant Phase 1 A Closeout Procedures Project No. 5473 01770 - 1 March 5, 2016 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by OWNER. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to OWNER. Advise OWNER'S personnel of changeover in security provisions. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, ENGINEER will either proceed with inspection or notify CONTRACTOR of unfulfilled requirements. ENGINEER will prepare the Certificate of Substantial Completion after inspection or will notify CONTRACTOR of items, either on CONTRACTOR'S list or additional items identified by ENGINEER, which must be completed or corrected before certificate will be issued. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION: A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section 01010 "Construction General Requirements" in paragraph 1 .4.G titled "Final Payment Application" 2. Submit certified copy of ENGINEER'S Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by ENGINEER. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. r City of Lubbock NW Water Reclamation Plant Phase 1 A Closeout Procedures Project No. 5473 01770 - 2 March 5, 2016 P 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, ENGINEER will either proceed with inspection or notify CONTRACTOR of unfulfilled requirements. ENGINEER will prepare a final E Certificate for Payment after inspection or will notify Contractor of f construction that must be completed or corrected before certificate will be issued. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST): A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use Punch List similar to the form attached. 1. Organize list in sequential order as directed by Resident Project Representative. 2. Organize items applying to each space by major element. 1.6 WARRANTIES: A. Submittal Time: Submit written warranties on request of ENGINEER for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1 1 -inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, telephone number of Installer, telephone number of group responsible warranty repairs, and the date of warranty expiration. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. C. Include additional copies of each warranty in operation and maintenance manuals. City of Lubbock NW Water Reclamation Plant Phase 1 A Closeout Procedures Project No. 5473 01770 - 3 March 5, 2016 PART 2 PRODUCTS 2.1 MATERIALS: A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 EXECUTION 3.1 FINAL CLEANING: A. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. 3.2 SUPPLEMENTS: A. Punch List form included after "End Of Section" is considered part of this Section. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Closeout Procedures Project No. 5473 01770 - 4 March 5, 2016 Project: Engineer: Owner: Site Visit Date: Contractor: Project No.: The following items require the attention of the Contractor for completion or correction. This list may not be all-inclusive, and the failure to include any items on this list does not alter the responsibility of the contractor to complete all Work in accordance with the Contract Documents. Item Location Description Correction/Completion Date Verification Engineer Check Signed By: Date: Copies: Owner, Engineer, Consultants, File City of Lubbock NW Water Reclamation Plant Phase 1 A Closeout Procedures Project No. 5473 01770 - 5 March 5, 2016 SECTION 02001 r.> MATERIALS PART1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY: A. This Section provides the requirements for materials used for preparation of roadway fill, subgrade and base; structural subgrade and backfill; utility subgrade, bedding, embedment, and backfill; embankment and levee subgrade and fill; select fill, and other materials for related work. B. Related Sections: 1. Division 2 Section 02225 "Excavation, Trenching, and Backfilling for Utilities" for backfill work. 2. Division 2 Section 02226 "Excavation, Trenching, and Backfilling for Pavement" for backfill work. 1.3 SUBMITTALS: A. Samples: As required by Engineer, provide one -gallon sample in a sealed container. B. Contractor Design Mix Determination: Submit proposed mix design for Controlled Low Strength Material and preliminary results demonstrating the mix design achieves required compressive strength. C. Source of Materials: Submit name and location of source of materials. D. Off -Site Borrow Source: Prior to furnishing off -site borrow (soils), provide notarized certification from the landowner stating to the best of landowner's knowledge and belief, the borrow source has never been contaminated by hazardous and/or toxic waste materials. E. Certified Analysis: Submit test results by independent laboratory of material compliance with specifications. Results shall not be more than 30 days old. 1.4 REFERENCES: A. Well -Graded: A mixture of particle sizes that has no specific concentrations or lack thereof of one or more sizes producing a material type which, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. City of Lubbock NW Water Reclamation Plant Phase 1 A Materials Project No. 5473 02001 - 1 March 5, 2016 �1 B. American Concrete Institute, ACI 229. — Controlled Low Strength Materials. C. ASTM International (ASTM): 1. C33 — Standard Specification for Concrete Aggregate. 2. C40 — Standard Test Method for Organic Impurities in Fine Aggregates for Concrete. 3. C88 — Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. 4. C94 — Standard Specification for Ready -Mixed Concrete. 5. C117 — Standard Test Method for Material Finer than 75 Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. 6. C127 — Standard Test Method for Density, Relative Density (Specific Gravity), and Adsorption of Coarse Aggregates. 7. C131 — Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 8. C136 — Standard Test Method for Sieve Analysis of Fine and coarse Aggregates. 9. C142 — Standard Test Method for Clay Lumps and Friable Particles in Aggregates. 10. C150 — Standard Specification for Portland Cement. 11. C535 — Standard Test Method for Resistant to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 12. C618 — Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 13. D75 — Standard Practice for Sampling Aggregates. 14. D448 — Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 15. D 698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,499 ft-Ib.ft3 (600 kN-m/m3)►. 16. D1140 — Standard Test Method for Amount of Materials in Soils Finer than the No. 200 (75 micrometer) Sieve. 17. D2487 — Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). { City of Lubbock NW Water Reclamation Plant Phase 1 A Materials Project No. 5473 02001 - 2 March 5, 2016 18. D2922 — Standard Test Method for Density of Soil and Soil - Aggregate In -Place by Nuclear Method (Shallow Depth). 19. D2940 — Standard Specification for Graded Aggregate Material for Bases or Subbases for highways or Airports. 20. D2974 — Standard Test Method for Moisture, Ash, and Organic Matter of Peat and other Organic Soils. 21. D4221 — Standard Test Method for Dispersive Characteristics of Clay Soil by Double hydrometer. 22. D4318 — Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 23. D4832 — Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. 24. D5084 — Standard Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials using a Flexible Wall Permeameter. 25. E-11 — Standard Specification for Wire -Cloth and Sieves for Testing Purposes. D. Public Works Construction Standards, North Texas Council of Governments (NCTCOG). E. Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets, and Bridges (TxDOT). 1. TxDOT Item 247 "Flexible Base". 2. TxDOT Item 340 "Hot -Mix Asphaltic Concrete". 3. TxDOT Item 360 "Portland Cement Concrete". F. Texas Department of Transportation, Manual of Testing Procedures (TEX): 1. TEX-1 10-E "Particle Size Analysis of Soils". 2. TEX-116-E "Ball Mill Method for Determining the Disintegration of Flexible Base Material". 3. TEX-117-E "Triaxial Compression for Disturbed Soils and Base Materials". 4. TEX-41 1-A "Soundness of Aggregate Using the Los Angeles Machine". 5. TEX-460-A "Determining Crushed Face Particle Count". City of Lubbock NW Water Reclamation Plant Phase 1 A Materials Project No. 5473 02001 -3 March 5, 2016 Yj1.5 DELIVERY, STORAGE AND HANDLING: A. Stockpile excavated materials and imported materials in designated areas or in areas approved by ENGINEER. Clearly identify stockpiles. B. Lightly compact top and slope stockpiles to prevent excessive erosion and ponding of water. C. Store and handle materials in a manner to prevent contamination. D. Erosion and Sedimentation Control: Provide silt fences and surface drainage control at material stockpile areas in accordance with the Storm Water Pollution Prevention Plan (SWPPP). PART 2 PRODUCTS 2.1 GENERAL: A. Various site preparation, earthwork, trenching, and roadway subgrade and base sections reference the materials listed in the following paragraphs. Not all materials listed in this Section are used on the Project. B. Sampling of materials shall be in accordance with ASTM D75. 2.2 GRANULAR MATERIAL: A. Granular material shall be free flowing, such as sand or hydraulically graded crushed stone fines, or mixed sand and gravel. The material shall be free from lumps, stones over 2-inches in diameter, clay and organic matter. The granular material shall be classified as GW, GP, GM, GC, SW, or SP according to Unified Soil Classification System, ASTM D2487. 2.3 COARSE AGGREGATE: A. Coarse aggregate shall consist of crushed concrete, gravel, crushed gravel, or crushed stone. It shall consist of sound and durable particles, free from frozen materials or injurious amounts of salts, alkali, organic matter of other material either free or as adherent coating, and reasonably well graded between the prescribed limits listed in Table 1 when tested in accordance with ASTM C136. B. Amount of material finer than 75-micrometer (No. 200) sieve: Coarse aggregate for embedment shall contain not more than one percent by weight organic matter (other than native bitumen), clays, loam or pebbles coated therewith, and shall contain not more than five percent by weight on any one or combination of slate, schist or soft particles of sandstone. C. Each class of aggregate gradation shall comply with the applicable gradation limits listed in Table No. 1, when tested in accordance with ASTM C136. City of Lubbock NW Water Reclamation Plant Phase 1A Materials Project No. 5473 02001 - 4 March 5, 2016 Table No. 1 Coarse Aggregate Gradation Sieve Size Aggregate Size No.467 (1-1/2 to No. 4) Aggregate Size No.4 (1-1/2 to 3/4 in) Aggregate Size No.57 . . 4) (1 into No Aggregate Size No.67 (3/4 in. to No. 4) Aggregate Size No.8 (3/8 in. to No. 8) Amounts Finer than Each Laboratory Sieve Mass Percent 2 in. 100 100 ----- ----- ----- 1-1 /2 in. 95 to 100 90 to 100 100 ----- ----- 1 in. ---- 20 to 55 95 to 100 100 ----- 3/4 in. 35 to 70 0 to 5 ----- 90 to 100 ----- 1 /2 in. ---- ----- 25 to 60 ----- 100 3/8 in. 10 to 30 0 to 5 ----- 20 to 55 85 to 100 No. 4 0 to 5 ----- 0 to 10 0 to 10 10 to 30 No. $ ---- ----- 0 to 5 0 to 5 0 to 10 No. 16 ---- ----- ----- -----1 0 to 5 lAggregate Size Number and gradation is in accordance with ASTM C33 and ASTM D448. 2.4 FINE AGGREGATE: A. Fine aggregate shall consist of natural sand, manufactured sand, or a combination thereof, complying with the requirements for abrasion, soundness, and impurities as specified for coarse aggregate. B. The fine aggregate gradation shall comply with the applicable gradation limits, when tested in accordance with ASTM C136. Fine aggregate shall not have more than 45% passing any sieve and retained on the next consecutive sieve shown in Table No. 2 and, its fineness modulus shall not be less than 2.3 or more than 3.1. Table No. 2 Fine Aggregate Gradation Sieve Percent Passing 3/8 in. 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 5 to 30 No. 100 0 to 10 Gradation in accordance with ASTM C33 Fine Aggregate. C. Plasticity index shall be less than 6 for material passing No. 30 sieve. 2.5 NATURAL GRAVEL: A. Natural gravel shall consist of uncrushed stones, washed and screened, complying with the requirements for abrasion, soundness, and impurities as specified for coarse aggregate. City of Lubbock NW Water Reclamation Plant Phase 1A Materials Project No. 5473 02001 -5 March 5, 2016 B. The aggregate gradation shall comply with the gradation limits listed in Table No. 3, when tested in accordance with ASTM C136. Table No. 3 Natural Gravel Gradation Passing or Retained on Sieve Percent by Weight Coarse Aggregate Passing on 1-1/2 inch 100 Retained on 3/4 inch 100 Fine Aggregate Passing on 3/4 inch 100 Retained on No. 4 100 2.6 CRUSHED STONE FOR FOUNDATION: A. The application of crushed stone as a foundation will be indicated on the drawings. B. Unless otherwise shown on the drawings, the crushed stone foundation shall conform to the TxDOT Item 247 standard. 2.7 SAND: A. Sand shall consist of well -graded, clean, hard, durable, uncoated grains, free from lumps and organic material having a Soil Classification SW. Sand particles will pass a No. 4 sieve and be retained on a No. 200 sieve with the subdivisions as listed in Table No.4. If gradation subdivision not indicted, provide sand complying with the above gradation limits. Table No. 4 Sand Gradation Subdivisions Passing or Retained on Sieve Percent by Weight Coarse Sand Passing No. 4 100 Retained on No. 10 100 Medium Sand Passing on No. 10 100 Retained on No. 40 100 Fine Sand Passing on No. 40 100 Retained on No. 200 100 Gradation requirements obtained from ASTM D2487. 2.8 PEA GRAVEL: A. Pea Gravel: Conforming to ASTM C33, Aggregate Size No. 8, and coarse aggregate graded with 100 percent passing a 3/8-inch sieve and 90 percent retained on a No. 4 sieve. City of Lubbock NW Water Reclamation Plant Phase 1 A Materials Project No. 5473 02001 - 6 March 5, 2016 2.9 CONCRETE ENCASEMENT: A. Provide ready mixed concrete prepared in accordance with ASTM C94. Select and proportion ingredients to obtain a minimum compressive strength of 2,000 psi at 28 days. B. Materials: 1 . Cement: ASTM C150, Type I or Type II. 2. Aggregate: ASTM C33, Size 67 or similar. 3. Fly Ash (if used): ASTM C618, Class C. 4. Water: Clean, potable, free of odor, organics, and deleterious materials. C. Slump: Not less than 1-inch, cushion portion of embedment; 1 to 3 inches for the sides and top of encasement. 2.10 CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL): A. Ready mixed flowable fill is a blend of cement, fly ash, fine aggregate, and water. It is designed as a low strength, flowable material requiring no subsequent vibration or tamping to achieve 100% consolidation. B. Unless indicated otherwise, select and proportion ingredients to obtain compressive strength between 100 and 200 psi at 28 days in accordance with ASTM D4832. C. Materials: 1. Cement: ASTM C150, Type I, II, or III. 2. Aggregate: ASTM C33, Size 8 or fine aggregate. 3. Fly Ash (if used): ASTM C618, Class C. 4. Water: Clean, potable, free of odor, organics, and deleterious materials. D. The flowable fill mixture shall be mixed either in a pug mill, concrete mixer, or transit mixer and shall a minimum slump of 5-inches. 2.11 CEMENT -SOIL BACKFILL: A. Sand or Clayey -Sand: Sand or clayey -sand free from clay lumps, organic and other deleterious materials, having plasticity index of 12 or less, and totally passes through a No. 10 sieve (medium or fine grade sand). B. Portland Cement: ASTM C150, Type I. C. Water: Water shall be reasonably clean, free from injurious amounts of oil, acid, salt, organic matter, or other deleterious materials. City of Lubbock NW Water Reclamation Plant Phase 1 A Materials Project No. 5473 02001 - 7 March 5, 2016 F4 2.12 FLEXIBLE BASE: A. Flexible base shall conform to TxDOT Item 247 Grade 1 standard, with a plasticity index of 5-12. Materials that meet the City of Lubbock's specification for item 8.8.02 Flexible Base (Caliche) with a plasticity index of 5-12 will be allowed in lieu of TxDOT Item 247. Materials that meet the gradation requirements for TxDOT Item 247 Grade 3 will not be allowed. 2.13 SELECT FILL: A. Select fill shall consist of soil materials with sufficient plastic fines to minimize water transmission. The select fill should be free of organics and other deleterious materials and should have a maximum particle size no greater than 2 inches. The select fill should meet the USCS classification of either SC (clayey-san), GC (clayey -gravel) or CL (clay of low plasticity, lean clay). Select fill derived from the site must be tested in accordance with Paragraph 2.17 of this Section, and then approved by the Engineer before use as select fill. Imported select fill materials must be tested, and then approved by the Engineer before use as select fill. Select fill shall have a liquid limit of 30 or less; plasticity index between 5 and 15. 2.14 SITE FILL: A. Refer to drawings for areas and applications in which placement of site fill is allowable. B. Satisfactory Site Fill: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM, or a combination of these groups; free of rock or gravel larger than 3-inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Material shall have a liquid limit of 76 or less; plasticity index between 12 and 48; and gradation approximately the limits indicated in Table No. 5. Table No. 5 Site Fill Retained on Sieve Percent by Weight No. 4 Less than 35 No. 200 Less than 65 2.15 TOP SOIL: A. Material shall be natural friable loam; free of subsoil, roots, grasses, and excessive amount of weeds, stone, and foreign matter. B. Material shall have a acidity range (pH) between 5.5 to 7.5; an organic matter content between 4 to 25 percent in accordance with ASTM D2974; and a gradation complying with Table No. 6. .j .x City of Lubbock NW Water Reclamation Plant Phase 1 A Materials Project No. 5473 02001 - 8 March 5, 2016 Table No. 6 Top Soil Retained on Sieve Percent by Weight No. 4 Less than 35 No. 200 Less than 65 2.16 UNCLASSIFIED EXCAVATION: A. All material excavated from site not meeting the requirements for materials specified above. 2.17 MATERIAL QUALITY CONTROL: A. Sampling of material stockpiles and material sources shall be in accordance with ASTM D75. B. Perform gradation analysis in accordance with ASTM C136 for: 1. Coarse and fine aggregate, natural gravel, crushed stone for foundation, sand, select fill, impervious clay fill, earth fill, and topsoil. C. Determine Minus 200-Mesh Sieve Test in accordance with ASTM D 1140. D. Determine optimum soil moisture content in accordance with ASTM D698. E. Deleterious materials determination in accordance with ASTM C40, C117, and C142. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. F. Determine liquid limit and plasticity index in accordance with ASTM D4318. 1. Sand for particles passing No. 8 sieve, select fill, impervious clay fill, and earth fill. G. Determine pH of topsoil in accordance with ASTM D2974. H. Provide tests results showing flowable fill mix design achieves desired compressive strength. PART 3 EXECUTION Not used. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Materials Project No. 5473 02001 - 9 March 5, 2016 SECTION 02090 MANHOLES PART 1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: A. This Section specifies manholes for storm sewer systems, sanitary sewer systems, and other utilities as required and shown on the Drawings. This Section includes the following: 1 . Precast reinforced concrete manholes. 2. Cast -in -place reinforced concrete manholes. 3. Fiberglass manholes. B. Related Sections: 1. Division 2 Section 02584 "Underground Ducts and Utility Structures" for requirements for manholes, structures, and related work for electrical and utility systems. 1.3 REFERENCES: A. American Association of State Highway and Transportation Officials (AASHTO): 1. M 306 — Specification for Drainage Structure Castings. B. ASTM International (ASTM): 1. C 76 — Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. 2. C 443 — Specification for Concrete Pipe and Manholes, Using Rubber Gaskets. 3. C 478 — Specification for Precast Concrete Manhole Sections. 4. C 890 — Practice for Minimum Structural Design Loading for Monolithic or Sectional Precast Concrete Water and Wastewater Structures. 5. C 915 — Specification for Precast Concrete Water and Wastewater Structures. City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 1 March 5, 2016 6. C 923 — Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals. 7. C 990 — Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. 8. D3753 — Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. 1.4 SUBMITTALS: A. Product Data: 1. Provide design of joint or joints, including design and durometer hardness of the rubber gasket proposed. 2. Product data for precast riser sections, covers, frames, grade rings, and pipe sleeves. B. Shop Drawings: For manholes: Include plans, elevations, sections, details, and attachments to other work. C. Documentation: 1. For castings furnish manufacturer's certification stating the casting meets the proof -load testing requirements of AASHTO M 306. D. Field Quality Control Reports: Provide field testing reports. 1.5 DELIVERY, STORAGE, AND HANDLING: A. Joint Materials: Store gaskets and sealants in as cool, clean, and shaded place as practicable, preferably at 70°F or less. Store lubricant in accordance with manufacturer's recommended temperature range. PART 2 PRODUCTS 2.1 PRECAST CONCRETE MANHOLES: A. Standard Precast Concrete Manholes: ASTM C 478, precast, reinforced concrete, of depth indicated, with provision for sealant joints. 1. Designed Precast Concrete Manholes: ASTM C 913; designed according to ASTM C 890 for A-16 (AASHTO HS20-44), heavy - traffic, structural loading; of depth, shape, and dimensions indicated, with provision for sealant joints. 2. Cement: ASTM C 150, Type 11. 3. Diameter: 48 inches minimum for pipe sizes up to and including 30- inches, unless otherwise indicated. For pipe sizes greater than 30- inches, manhole diameter shall be as shown on the Drawings. City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 2 March 5, 2016 t 4. Base Section: 6-inch minimum thickness for manholes 48-inch diameter, 8-inches for larger diameter manholes, or as shown on the Drawings. 5. Riser Sections: Minimum wall thickness shall be as listed under Wall "B" in the "Class Tables" of ASTM C 76, and lengths to provide depth indicated. 6. Top Section: Eccentric -cone type unless concentric -cone or flat -slab - top type is indicated. Top of cone of size that matches grade rings. 7. Joint Sealant: ASTM C 990, bitumen or butyl rubber. 8. Resilient Pipe Connectors: In accordance with ASTM C 923, cast or fitted into manhole walls, for each pipe connection. The resilient connector shall provide an airtight seal that eliminates infiltration and exfiltration. 9. Steps: Unless otherwise noted, manhole steps shall not be provided. If required, provide individual FRP steps, FRP ladder, or rubber coated steel type; wide enough to allow worker to place both feet on one step; and designed to prevent lateral slippage off of step and capable of supporting a concentrated load of 300 pounds. Cast or anchor steps into sidewalls at 12- to 16-inch intervals. Omit steps if total depth from floor of manhole to finished grade is less than 60 inches. 10. Joints: Conform to the joint specification of ASTM C 478, use rubber gaskets of the round O-ring design complying with requirements of ASTM C 443. 11. Adjusting Rings: Interlocking rings with level or sloped edge in thickness and diameter matching manhole frame and cover. Include sealant recommended by ring manufacturer. 12. Grade Rings: Reinforced concrete rings, 6- to 9-inch total thickness, to match diameter of manhole frame and cover. 13. Lifting Lugs: Manhole sections and cones may be furnished with lift lugs or lift holes. If lift holes are provided, they shall be plugged with a nonmetallic, non -shrink grout. 14. Apply a bituminous water proofing coating to the exterior surfaces of the precast manhole sections. 15. When designated on the Drawings, apply a corrosion resistant material to the interior surfaces of the manhole. 2.2 CAST -IN -PLACE CONCRETE MANHOLES: A. Construct of reinforced -concrete bottom, walls, and top; designed according to ASTM C 890 for A-16 (AASHTO HS20-44), heavy -traffic, structural loading; of depth, shape, dimensions, and appurtenances indicated. City of Lubbock j..' NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 3 March 5, 2016 } t 1 . Diameter: 48 inches minimum for pipe sizes up to and including 30- inches, unless otherwise indicated. For pipe sizes greater than 30- inches, manhole diameter shall be as shown on the Drawings. 2. Base Section: 6-inch minimum thickness for manholes 48-inch diameter, 8-inches for larger diameter manholes, or as shown on the Drawings. 3. Ballast: Increase thickness of concrete, as required to prevent flotation. 4. Resilient Pipe Connectors: In accordance with ASTM C 923, cast or fitted into manhole walls, for each pipe connection. The resilient connector shall provide an airtight seal that eliminates infiltration and exfiltration. 5. Steps: Unless otherwise noted, manhole steps shall not be provided. If required, provide individual FRP steps, FRP ladder, or rubber coated steel type; wide enough to allow worker to place both feet on one step; and designed to prevent lateral slippage off of step and capable of supporting a concentrated load of 300 pounds. Cast or anchor steps into sidewalls at 12- to 16-inch intervals. Omit steps if total depth from floor of manhole to finished grade is less than 60 inches. 6. Adjusting Rings: Interlocking rings with level or sloped edge in thickness and diameter matching manhole frame and cover. Include sealant recommended by ring manufacturer. 7. Grade Rings: Reinforced concrete rings, 6- to 9-inch total thickness, to match diameter of manhole frame and cover. 8. Apply a bituminous water proofing coating to the exterior surfaces of the precast manhole sections. 9. When designated on the Drawings, apply a corrosion resistant material to the interior surfaces of the manhole. 2.3 MANHOLE FRAMES AND COVERS: A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. John Bouchard & Sons Company. 2. Neenah Foundry Company. 3. Vulcan Foundry. B. Construction: Ferrous; 30-inch ID by 7- to 9-inch riser with 4-inch- minimum _! width flange and 32-inch diameter cover, or of the size and type as shown on the Drawings. City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 4 March 5, 2016 1. Include indented top design with lettering cast into cover identifying (% service, with wording equivalent to "STORM SEWER", "SANITARY SEWER", "VALVE", or as indicated on the Drawings. 2. When specified on Drawings, or required by the governmental agency having jurisdiction, provide type of cover and cover identity in accordance with applicable requirements. 3. Material: ASTM A 48, Class 35B gray iron, or ASTM A 536, Grade 65-45-12 ductile iron, unless otherwise indicated. 4. Frame, ring, and cover shall meet proof -load testing requirements of ASSHTOM 306. 5. Protective Coating: Foundry -applied, SSPC-Paint 16, coal -tar, epoxy- polyamide paint; 10-mil minimum thickness applied to all surfaces, unless otherwise indicated. C. Watertight Construction: Conform to above but furnished with a neoprene 0- ring gasket and countersunk stainless steel bolts to form a watertight seal between the cover sealing surface and the frame. D. Manhole Cover Inserts: Manufactured, plastic form, of size to fit between manhole frame and cover and designed to prevent storm water inflow. Include handle for removal and gasket for gastight sealing. Covers shall be bolted and gasketed when shown on the Drawings and where installed below the 100-year floodplain. 2.4 CONCRETE: A. General: Cast -in -place concrete according to ACI 318/318R, ACI 350R, and the following: 1. Cement: ASTM C 150, Type II, IIA, or 1-II. 2. Fine Aggregate: ASTM C 33, sand. 3. Coarse Aggregate: ASTM C 33, crushed gravel. 4. Water: Potable. B. Portland Cement Design Mix: 4000-psi minimum, with 0.45 maximum water- cementitious materials ratio. 1. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. 2. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. C. Ballast and Pipe Supports: Portland cement design mix, 3000-psi minimum, with 0.58 maximum water-cementitious materials ratio. 1. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. 2. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 5 March 5, 2016 2.5 MORTAR: ' .1 A. Mortar: Furnish mortar comprised of one part Portland cement, ASTM C 150, Type 11, IIA, or 1-11, and two parts clean sand. 2.6 FIBERGLASS MANHOLES: A. Fiberglass manholes shall conform to all ASTM standards governing plastic laminations and the latest Glass Fiber -Reinforced Polyester Manholes, ASTM Designation D3753, with supplementary details or additions as set forth in these specifications. B. The barrel and cone shall each be produced in a continuous manufacturing { process which ensures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to tt the barrel section at the factory with a reinforced glass -resin joint resulting in a one-piece unit. Field -made joints shall not be acceptable. j C. The vertical portion of the manhole shall be a circular cylinder with a minimum internal diameter of 5 feet. D. The cone of the manhole shall have a bearing surface wide enough to facilitate the placement of adjustment rings. The ring and cover shall not be placed directly on the manhole. E. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete grade rings and cast iron frame and cover. 1. Reducer design shall be of sufficient strength to safely support HS- 20 loading in accordance with AASHTO. F. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. G. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. H. Provide pre -fabricated fiberglass Tee -Base manhole bases for all manholes on fiberglass pipelines. 1. Provide manufacturer with all lateral sizes and elevations in order to accurately fabricate the base and riser. I. Fiberglass manholes are not to be used in pressure pipe applications. J. Any manhole shall be rejected for failure to conform to any of the requirements of these specifications. K. Any manhole found to be defective or damaged resulting from improper handling or installation shall be removed and replaced at no additional I� expense to the OWNER. Patching shall not be acceptable. City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 6 March 5, 2016 r A PART 3 EXECUTION 3.1 GENERAL: A. Manhole Types and Requirements: 1. Manholes shall be concrete except as noted below. Where concrete manholes are used, line or coat all internal concrete surfaces of the manhole with a liner listed below. Where manholes are used on CCFRP pipes a fiberglass manhole shall be used. 2. Manholes in water lines shall be precast or cast -in -place reinforced concrete construction in accordance with the Drawing requirements. 3. Manholes for storm sewer service shall be precast or cast -in -place reinforced concrete construction in accordance with the Drawing requirements. B. Earthwork: Excavation, trenching, and backfilling are specified in Division 2 Section "Excavation, Trenching, and Backfilling for Utilities." 3.2 MANHOLE INSTALLATION: A. Manhole Base: Construct either cast -on -site or monolithic round, precast reinforced concrete base section. The base shall have a minimum thickness indicated above and projects no less than 6-inches beyond the outside walls of the base to form a flange intended to resist uplift. 1. The precast concrete base shall have suitable cutouts or openings to receive all pipes and connections. The lowest edge of openings shall be no less than 6-inches above the inside surface of the floor of the base. B. Precast Manholes: 1. Construct precast manholes of the sizes and configuration at the locations in accordance with ASTM C 478 and as indicated on the Drawings. 2. Provide required pipe connections and invert channels as shown on the Drawings and described in this Section. 3. When indicated on the Drawings, provide bituminous water proofing to exterior surfaces and/or corrosion resistance coating on interior surfaces. 4. Test completed manhole. C. Cast -In -Place Manholes: 1. Construct cast -in -place manholes of the sizes and configuration at the locations in as indicated on the Drawings. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02090 - 7 Manholes March 5, 2016 g" 2. Provide required pipe connections and invert channels as shown on the Drawings and described in this Section. 3. When indicated on the Drawings, provide bituminous water proofing to exterior surfaces and/or corrosion resistance coating on interior surfaces. 4. Test completed manhole. D. Fiberglass Manholes: 1. On fiberglass pipe systems, a tee -base pipeline section shall be used as the manhole base per the drawings. a. Regardless of size of the main pipeline, riser section of tee - base should be no less than 36" in diameter b. Concrete encasement should encompass entire FRP tee section and couplings on both ends as the drawings indicate. C. Concrete and reinforcing steel for the manhole base shall be placed in accordance with the details on the plans and the applicable provisions of these specifications. 2. Fiberglass manholes shall be installed in accordance with the manufacturer's recommendations, plans and specifications. E. Invert channels construction: 1. Invert channels shall be smooth, accurately shaped, and in accordance with the Drawings. 2. Invert may be formed directly in the concrete of the manhole base, shaped by mortar, or constructed by laying a section of pipe through the manhole and cutting the top half after the concrete base is constructed and set. 3. Changes in directions and grade will consist of the largest curve radius the manhole diameter will permit. 4. Free vertical drop from any branch or service line shall not exceed one half the mainline pipe diameter measured from the mainline upstream invert. 5. The top of the manhole base outside the flow channels shall be steeply sloped to the channels. F. Piping Connections: 1. Where piping is connected to a manhole, provide resilient connector in accordance with ASTM C 923. City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 8 March 5, 2016 a. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: i. Press Seal Gasket Corporation, Fort Wayne, Indiana; % ` PSX Manhole Connector. 2. When manhole base is concrete and cast around the pipe, install an adapter gasket to serve as a watertight seal (water stop) between pipe and concrete. 3. When resilient connectors cannot be made for manhole connections, ensure the pipe does not extend any further than five feet from outside manhole wall or base. Provide a concrete cradle within one foot of the pipe end. Extend the concrete manhole base to support the cradle. Provide manufacturer's recommended adapter shall be used to connect the pipe to the manhole pipe. 4. Where the main line (lowest line) passes straight through manhole, or the degree of deflection is less than 5 degrees, and no other line invert enters below the centerline of the main line, lay the main line . continuous through manhole. 5. When the degree of deflection is greater than 5 degrees, or the invert of another line enters at or below the centerline, terminate the main line laying such that the pipe ends are flushed with the inside manhole wall. G. Field Connections to Manholes: 1. Cut neat opening in manhole no larger than necessary to insert pipe. 2. Utilize PVC sleeves with rubber gaskets and abrasive silica outer coating. After installing new lines, place concrete collar around pipe on outside of manhole to seal joint. Make collar approximately 8 inches wide by 8 inches deep. 3. Use concrete having minimum compressive strength of 3000-psi at 28-days. 4. Modify invert channel in manhole to provide smooth transition into or out of new pipe. 3.3 MANHOLE FRAMES AND COVERS: A. Provide manhole frame and cover at the location of the type as indicated on the Drawings. B. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops 3 inches above finished surface elsewhere, unless otherwise indicated. - City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 9 March 5, 2016 C. Not less than two precast concrete grade rings, with a total thickness of 12- inches, shall be placed under the frame. Use no more than four grade rings per manhole. Ring hold down bolts (4 minimum) shall pass through the grade rings into the top of the cone. 3.4 FIELD QUALITY CONTROL: A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Perform tests and inspections. C. Tests and Inspections: Manholes shall be tested by hydrostatic exfiltration or vacuum testing either according to requirements of authorities having jurisdiction or as specified on the Drawings by one of the methods described below. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. 1. Water Exfiltration Test: a. Test sanitary and storm sewer manholes independently of lines by sealing connecting lines using a plug. Fill manhole to bottom of frame with water. b. For concrete manholes allow a stabilization period of twelve hours prior to testing for absorption of water by the concrete. After which refill with water as necessary. C. The test period shall be two (2) hours, after which the manhole shall be refilled, measuring the quantity of water. d. The allowable leakage of water shall be 0.25 gallons per foot diameter per vertical foot per day, and is represented by the following formula: V + 0.25 DHT/24 Where: V = Allowable loss in gallons D = Manhole diameter in feet H = Initial depth of water to invert in feet T = Duration of test in hours. e. Sanitary and storm sewer manholes shall be tested at random; however, not less than 20% of the total number of manholes identified on the Project shall be tested. 2. Vacuum Testing Manholes: a. When specified on the Drawings, vacuum test manholes. b. Test manholes prior to installation of the ring and cover and grade adjustment rings are installed, and after backfill and compaction are completed. City of Lubbock NW Water Reclamation Plant Phase 1A Manholes Project No. 5473 02090 - 10 March 5, 2016 C. Conduct tests in accordance with ASTM C 1244 and this Section. d. Preparation for tests: i. All lift holes, joints, and other imperfections shall be filled with a non-metallic, non -shrink grout, providing a smooth finish appearance. ii. All pipes entering manhole shall be plugged, taking care to brace the pipes and plugs to prevent them from being drawn into the manhole. e. Test Procedure: i. Placed test head on manhole in accordance with manufacturer's recommendation. ii. A vacuum of 10-inches Mercury shall be drawn in the manhole, the valve on the vacuum line closed, and the vacuum pump shut off. iii. Measure the time for the vacuum to drop to 9-inches Mercury. iv. The manhole shall pass if the time for the vacuum reading to drop from 10-inches Mercury to 9-inches Mercury meets or exceeds the values indicated in Table 1. TahlP 1 - Minimum Vacuum Test Times fnr Various ManhnlP Diameters Depth of MH (Feet) Manhole Diameter (inches) 48 1 60 1 72 Minimum Time Required For a Vacuum Drop of I " Mercury (minutes: seconds) 0 -20 0:40 0:50 1:00 22 0:44 0:55 1:06 24 0:48 1:00 1:12 26 0:52 1:05 1:18 28 0:56 1:10 1 1:24 30 1:00 1:15 1:30 See Note 1 0:04 0:05 0:06 1. Additional 2-ft. depths, add additional time for each 2-ft. V. If manhole fails test, necessary repairs shall be made by using a non -shrink grout or other suitable material based on material from which the manhole was constructed, and manhole retested until a satisfactorily test is obtained. City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 11 March 5, 2016 D. Manhole will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. 3.5 ADJUSTING AND CLEANING: A. Either adjusts manhole cover and frame or roadway surface to obtain a smooth transition if manhole located in roadway. Adjust surrounding grade, filling any depressions, around manhole. B. Removal construction debris, trash, and plugs from manhole prior to placing in service. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Manholes Project No. 5473 02090 - 12 March 5, 2016 PART 1 SECTION 02220 TRENCH AND EXCAVATION SAFETY SYSTEMS GENERAL 1.1 SECTION INCLUDES: A. Requirements for a Trench and Excavation Safety System (T&ES System) to be designed and furnished by the Contractor for the safety and health of personnel. B. Submission of a written Plan describing the T&ES System in detail. C. Storm Water Pollution Prevention Plan for compliance with the Texas Pollution Discharge Elimination System (TPDES) Construction General Permit. 1.2 REFERENCES: A. 29 CFR 1926: Occupational Safety and Health Standards - Excavations, United States Department of Labor, latest edition. B. Others: Other applicable Federal, State, and local rules for Trench Construction or excavations. C. TPDES: Construction General Permit TXR150000. 1.3 REQUIREMENTS: A. Trench and Excavation Safety System. 1. The Contractor shall develop, design, and implement a T&ES System. 2. The Contractor shall bear the sole responsibility for the adequacy of the T&ES System. 3. The requirements of 29 CFR 1926 shall be the minimum requirements for this specification and is adopted as a part of this specification. 4. Other regulations relating to trench and excavation safety shall also be considered a part of this specification as if referenced directly. 5. Should the T&ES System require wider trenches than shown, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as purchasing and installing alternate materials. B. Storm Water Prevention Plan (SW3P): 1 . Prepare a site- and project -specific SWP3. 2. Apply for permit coverage by completing a Notice of Intent for permit coverage, as applicable. City of Lubbock NW Water Reclamation Plant Phase 1 A Trench and Excavation Safety Systems Project No. 5473 02220-1 March 5, 2016 f� excavation shall be filled and tamped with clean dry sand, pea gravel, or other approved material to the required grade. 5. Excavate the trench the proper width as shown, or as required by the Contractor's Trench Safety Plan. If the trench width below the top of pipe is wider than specified in this section or shown, install additional backfill. No additional payment will be made for additional material or work required for installation. 6. Accurately grade the trench bottom to provide proper bedding as required for pipe installation. 7. If any excavation is carried beyond the lines and grades required or authorized, the Contractor shall, at his own expense, fill such space with suitable material and properly compact the material as directed by the Engineer. No additional payment will be made. B. Sheeting and Bracing: If trench safety methods do not include sloping of trench walls, install sheeting and bracing; or use appropriate trench box necessary to support the sides of trenches and other excavations with vertical sides, as required by current OSHA regulations and Contractor's Trench Safety Plan. C. Water in Excavation: Keep work free from ground or surface water at all times. Provide pumps of adequate capacity or other approved method to remove water from the excavation in such a manner that it will not interfere with the progress of the work or the proper placing of other work. D. Trenching Progress: Trenching operations for any individual utility work crew shall not be in excess of 100 feet ahead of pipe laying operations in city streets or 2,000 feet in open country. Not more than two (2) consecutive cross -streets may be closed to traffic by any individual utility work crew at any given time. Ensure no trenches are left open when work is not in progress. Temporarily backfill any open trenches with un-compacted material and install proper barricades at the end of each work day. E. Existing Lawns and Shrubbery: The Contractor shall take particular care to preserve existing lawns and shrubbery. Make minor pipe alignment as may be necessary. F. Existing Pavement: Existing pavement over trenches shall be removed to a width of 6 inches outside of the trench on each side. Remove to a neat line by sawing method. Take appropriate measures to prevent damage to existing pavement adjacent to the trench by wheels, tracks and/or stabilizers of excavating equipment. Remove brick pavement by hand, deliver and stack as directed by the Owner. 3.3 PIPE BEDDING: A. Concrete Encasement: 1. Where shown, the Contractor shall install the pipe in concrete encasement. City of Lubbock Excavation, Compaction, NW Water Reclamation Plant Phase 1 A and Backfilling for Utilities Project No. 5473 02225 - 5 March 5, 2016 t_ 2. Concrete for encasement shall be 3000 psi compressive strength as specified in Section 03300. 3. Precautions shall be used to prevent pipe floating, movement or deflection during construction. 4. Concrete for encasement, shall be included in the unit price bid per linear foot in place. B. Within the Pipe Zone or Adjacent to Fiberglass Structures: 1. Accurately grade the bottom of the trench 4 inches below the bottom of the pipe and to the limits of the clear space on either side of the pipe. 2. Install materials which comply with Table 2.1 above accordance with "Pipe Bedding Detail" shown on the Drawings. 3. The initial layer of embedment material placed to receive the pipe shall be brought up to a grade slightly higher than that required for the bottom of the pipe and the pipe shall be placed thereon and brought to grade by tamping, or by removal of the slight excess amount of embedment under the pipe. 4. Adjustment to grade line shall be made by scraping away or filling with embedment materials. Wedging or blocking up of pipe will not be permitted. 5. Each pipe section shall have a uniform bearing on the embedment for the full length of the pipe, except immediately at the joint. 6. After each pipe has been graded, aligned, placed in final position on the bedding material and joint made, sufficient embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. 7. Sheeting and shoring will not be allowed in the pipe zone during or after installation of the pipe or embedment material, unless special provisions are made to ensure the specified compaction of bedding and pipe alignment is maintained after removal of sheeting and shoring. 8. Minimum compaction effort within the pipe zone and adjacent to fiberglass structures shall be in accordance with the following Table 3.3 based on the class of bedding material used: City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02225 - 6 Excavation, Compaction, and Backfilling for Utilities March 5, 2016 TABLE 3.3 MINIMUM REQUIRED COMPACTION FOR MATERIAL USED WITHIN PIPE ZONE OR FOR BACKFILL OF FIBERGLASS STRUCTURES Classification of Bedding Material Standard Proctor Density' (Relative Density shown in parentheses) Class I Dumped Class II >_85% standard (>_40% relative) Class 111 86% - 95% standard (41 % - 70% relative) Class IV >95% standard (> 70% relative) Class V Not approved for bedding material a Standard Proctor Density per ASTM D698, moisture content shall be ± 2% of optimum. b Relative Density per ASTM D4254. 3.4 UTILITY INSTALLATION: A. Water Lines and Sanitary Sewers: Limit clear on either side of the pipe to width shown. Above the pipe, cut as wide as necessary to sheet and brace and properly perform the work. Provide class of bedding as shown. Install piping and appurtenances as specified. B. Marking tape shall be approved by the Engineer and placed 18-inches above the crown of the pipe. The metallic tape shall identify the service type by color and be American Public Works Association compliant. Tape shall be 6- inches wide, minimum, 4-mils thick, minimum, 1,750 psi tensile strength, polyethylene marking tape marked with "CAUTION: BURIED SEWER LINE BELOW". C. Excavation for Appurtenances: Excavate sufficiently for valves, fittings, manholes, valve vaults, utility pull boxes and similar structures to leave at least 18 inches clear between the outer surfaces and the embankment or shoring that may be used to hold and protect the embankment wall. Install valves, fittings, manholes or valve vault structure, piping and appurtenances as specified. Any other -depth excavation will be refilled with lean concrete or other suitable compacted material approved by the Engineer, at no additional cost to the Owner. 3.5 FINAL BACKFILL: A. Criteria: Backfill trenches to ground surface with material as specified. Reopen trenches improperly backfilled to depth required for proper compaction. Refill and compact as specified, or otherwise correct the condition in an approved manner. B. Take care to avoid contacting pipe or structure to be backfilled with compaction equipment. Do not use compaction equipment directly over the pipe until sufficient initial backfill has been placed to assure such equipment will not be damage or disturb the pipe. �c 1 City of Lubbock Excavation, Compaction, NW Water Reclamation Plant Phase 1 A and Backfilling for Utilities Project No. 5473 02225 - 7 March 5, 2016 j C. All forms, lumber, trash and debris shall be removed from trenches, manholes and other utility structures prior to backfilling. D. Dispose of unacceptable backfill material and provide suitable material for backfill at no additional cost to the Owner. E. Open Areas: 1. Above the pipe zone, deposit earth backfill from excavated material, compact to minimum of 90 percent of maximum density per ASTM D698, while maintaining moisture within ± 2 percent of optimum. Excavated material placed shall be free of rock greater than two (2) inches in any direction. 2. Backfill for valves, fittings, manholes, utility pull boxes and other utility structures shall be placed in accordance with applicable Specification Sections. F. Pavement Section: 1. Above the pipe zone to below the flexible base material, deposit earth backfill from excavated material, compact to minimum of 95 percent of maximum density per ASTM D698, while maintaining moisture within ± 2 percent of optimum; or deposit ASTM D2487 Class 11 material in 6-inch lifts, compact to 40 percent relative density according to ASTM D4254. 2. For valves, fittings, manholes, valve vaults or boxes in pavement sections, backfill with Class 11 material to bottom of proposed pavement. Backfill material shall be deposited in 6-inch lifts. Class II material must be compacted to 40 percent relative density according to ASTM D4254. 3.6 DISPOSAL OF EXCESS MATERIAL: A. Remove waste and excess excavated material from the construction site before final inspection. Legally dispose of material: 1. At a licensed and approved site. 2. On Owner property with written and notarized permission from the Owner. B. All cost associated with waste material removal and disposal shall be paid for by the Contractor. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02225 - 8 Excavation, Compaction, and Backfilling for Utilities March 5, 2016 SECTION 02226 EXCAVATION, BACKFILLING and COMPACTING FOR PAVEMENT PART1 GENERAL 1.1 SECTION INCLUDES: A. Excavating, Backfilling and Compacting for establishing pavement subgrade elevations. Installation of flexible base material as a finished roadway material, or as a subgrade material for asphaltic concrete paving. 1.2 REFERENCES: A. ASTM D698 — Moisture - Density Relations of soils (standard). B. ASTM D1557 — Moisture - Density Relations of soils (modified). C. ASTM D4318 — Test for liquid limit, plastic limit and plasticity index of soils. D. ASTM D3017 — Moisture content of Soil and Soil Aggregate In -Place by Nuclear Methods. E. ASTM D2992 — Density of Soil and Soil Aggregate In -Place by Nuclear Methods. F. TxDOT — Texas Department of Transportation Standard Specifications. 1.3 SUBMITTALS: A. Procedures for submittals: Reference Section 01330. 1.4 DEFINITION: A. Classification: Earthwork materials are classified in accordance with definitions in this article. B. Topsoil: Top 6 inches of natural surface soil possessing the characteristics of representative soils on the site that produce growths of grass or other vegetation. Topsoil includes roots and other vegetation. C. Pavement Fill: Fill material excavated on -site or off -site consisting of inorganic sandy clay or clayey sand. D. Natural Subgrade: Consists of that portion of the surface on which a compacted embankment or pavement is constructed, after removal of 6-inch topsoil layer, as described in Section 02230. E. Compacted Fill: A subgrade under pavement consisting of fill placed and compacted between the top of the compacted natural subgrade and underside of pavement and including fill areas adjacent to paving within limits shown on typical cross sections. City of Lubbock Excavation, Backfilling NW Water Reclamation Plant Phase 1 A and Compacting for Pavement Project No. 5473 02226 - 1 March 5, 2016 r` F. Borrow: Material taken from approved areas to makeup any deficit of excavated material. G. Finish grading: Operations required for smoothing disturbed areas that are not overlaid with pavement. H. Excavation: Excavation of every description and of whatever substance encountered within the grading limits of the project to the lines and grades indicated in the drawings. 1. Compaction: Compaction of soil materials shall be measured as a percent of standard or modified proctor density at the specified moisture content as determined by ASTM D698 or ASTM D1557. J. Flexible Base: Material meeting "Flexible Base (caliche)" Standard Specifications for Streets and Drainage, City of Lubbock. 1.5 EXISTING UTILITIES: A. Where pipes, ducts and structures are encountered in the excavation but are not shown on the drawings, immediately notify the Engineer. PART 2 PRODUCTS 2.1 MATERIALS: A. Fill under pavement: 1. On -site excavated material or material excavated from approved source. 2. Plasticity index between 6 and 15. 3. Liquid limit of 35 or less. 4. No rock or pieces larger than 3 inches greatest dimension. 5. All fill soils shall be free of organic material and debris. B. Flexible Base: 6" Caliche per requirements of Standard Specifications for Streets and Drainage, City of Lubbock. PART 3 EXECUTION: 3.1 HANDLING OF TOPSOIL: A. Remove top 6 inches of topsoil within limits of the paving section and area adjacent to paving section as required and stockpile. Protect stockpiles of topsoil from other excavated materials, dumping of unwanted material and dumping by the public. City of Lubbock Excavation, Backfilling NW Water Reclamation Plant Phase 1 A and Compacting for Pavement Project No. 5473 02226 - 2 March 5, 2016 3.2 STRIPPING OF GROUND SURFACE: A. All vegetation, all decayed vegetable matter, rubbish and other unsuitable material within areas to be graded, not removed by clearing, shall be stripped or otherwise removed to ground level before grading or other earthwork is started. In no case will such material be allowed to remain in or on the areas to be graded. 3.3 EXCAVATION: A. Objective: Excavate to lines, grades and elevations required for subsequent construction of pavement fill, flexible base, or pavement. Remove materials within the indicated limits and dispose as directed. B. Drainage: During excavation, maintain grades for complete drainage. When directed, install temporary drains or drainage ditches to intercept or divert water and prevent interference or delay or the work. C. Stockpiling: If at time of excavation it is not possible to place material in the proper section of permanent construction, stockpile the material in Owner or Engineer approved areas for later use. D. Stone or Rock: Stones or rock fragments larger than 2 inches in their greatest dimension will not be permitted in top 6 inches of subgrade. E. Dressing: Uniformly dress, cut and fill slope, cross section and alignment. 3.4 NATURAL SUBGRADE UNDER PAVEMENTS: A. Remove existing earth as required for placement of pavement section. Proof roll excavated surface with 20 ton or larger roller to identify soft or undesirable material and remove such soft or undesirable material to suitable material beneath. Break down sides of holes or depressions to flatten the slopes. B. Fill any such holes or depression with appropriate soil with similar classification, moisture content and density as adjacent soils. C. Grade adjustments within pavement construction limits shall be accomplished with pavement fill, placed in maximum 8-inch lifts moistened and compacted as specified in this section. D. After depressions have been filled, grade adjustments made and immediately before placement of pavement section, thoroughly loosen the material to depth of 6 inches. Remove roots and debris turned up while loosening the soil. Adjust moisture and recompact the subgrade. 3.5 PLACING PAVEMENT FILL FOR GRADE ADJUSTMENTS: A. Inspection of natural subgrade: Do not place pavement fill for grade adjustments to the natural subgrade until the surface has been examined by the Engineer. City of Lubbock Excavation, Backfilling NW Water Reclamation Plant Phase 1 A and Compacting for Pavement Project No. 5473 02226 - 3 March 5, 2016 , '� 3 B. Prior to placing pavement fill, scarify the natural subgrade to a depth of 6 inches. As needed, adjust the moisture content to between optimum and plus 4 percent. Recompact the subgrade to a density between 95% and 98% of the maximum standard proctor density, as determined by ASTM D698. C. Removing Debris: During the dumping and spreading process, remove all roots, stones and debris that are uncovered in the fill material. D. Spreading Fill: After dumping, spread the pavement fill in horizontal layers over the entire fill area. The thickness of each layer before compaction shall not exceed 8 inches. Place fill adjacent to pavement section to elevations indicated. E. Attaining proper bond: If the compacted surface of a layer is too smooth to bond with succeeding layers, loosen the surface by harrowing or other approved method before continuing work. F. Flexible Base Course: Place and compact flexible base course under pavement sections, or for roadways where indicated. Compact to a density between 95 and 100 percent of the maximum dry density at ±2 percent of optimum moisture content per ASTM D1557. The thickness of each layer before compaction shall not exceed 8 inches. 3.6 MOISTURE CONTROL: A. Intent: Developing the maximum density obtainable with the natural moisture of the material is preferred. However, the moisture content of the pavement fill and flexible base fill shall not vary from the optimum, as determined by ASTM D698 or ASTM 1557, by ranging between -2 and +4 percent of optimum. The moisture content of the natural subgrade under pavement sections, including grade adjustments with pavement fill, as determined by ASTM D698 shall range from optimum to +4 percent of optimum. B. Adjustment: If the moisture content is too high, adjust to within the specified limits by spreading the material and permitting it to dry. Assist the drying process by dicing or harrowing if necessary. When the material is too dry, sprinkle each layer with water. Work the moisture into the soil by harrowing or other approved method. 3.7 COMPACTION: A. Compact each layer of pavement select fill with suitable rollers as necessary to obtain a dry density of 95% to 98% maximum dry density within the specified range of the moisture content, according to ASTM D698. !, B. Compact each layer of flex base as necessary to obtain a dry density of 95% to 100% maximum dry density within the specified range of the moisture content, according to ASTM D1557. City of Lubbock Excavation, Backfilling NW Water Reclamation Plant Phase 1 A and Compacting for Pavement Project No. 5473 02226 - 4 March 5, 2016 3.8 MATERIAL DISPOSAL: A. Excess excavated material (soil material free of trees, stumps, logs, brush, roots, rubbish and other objectionable matter which has been accepted). Remove excess excavated material from the construction site before pre -final inspection. Legally dispose of material at a licensed site. All costs associated with waste material removal and disposal shall be paid for by the Contractor. B. Waste material (soil material including trees, stumps, logs, brush, roots, rubbish and other objectionable matter which has been accepted). Remove waste material from the project site before pre -final inspection. END OF SECTION City of Lubbock Excavation, Backfilling NW Water Reclamation Plant Phase 1 A and Compacting for Pavement Project No. 5473 02226 - 5 March 5, 2016 SECTION 02230 SITE CLEARING PART1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and A Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: Vi -- A. This Section specifies site clearing activities including trees and vegetation removal and root grubbing, tree protection, topsoil stripping and stockpiling, capping and removing utilities, temporary erosion and sedimentation control measures, and removing minor above and below -grade site improvements. B. This section does not include detailed tree protection and trimming, tree and root pruning, or tree relocation; grading, excavating, backfilling for earthwork and trenching; building and selective demolition; or landscaping. C. Related Sections include the following: 1. Division 2 Section 02225 "Excavation, Trenching, and Backfilling for ' Utilities" for backfill work. 2. Division 2 Section 02226 "Excavation, Trenching, and Backfilling for Pavement" for backfill work. 1.3 DEFINITIONS: A. Interfering or Objectionable Material: Trash, rubbish, and junk; vegetation and other organic matter, whether alive, dead, or decaying. B. Clearing: Removal of interfering or objectionable material lying on or protruding above ground surface. C. Grubbing: Removal of vegetation and other organic matter, including stumps, buried logs, and roots greater than 2-inch caliber to a depth as specified in the following paragraphs. D. Scalping: Removal of sod without removing more than upper 3-inches of topsoil. j. E. Stripping: Removal of topsoil remaining after applicable scalping is completed. F. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2-inches in City of Lubbock NW Water Reclamation Plant Phase 1 A Site Clearing Project No. 5473 02230 - 1 March 5, 2016 diameter; and free of subsoil and weeds, roots, toxic materials, or other non - soil materials. G. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. H. Project Limits: Areas, as shown or specified, within which work is to be performed. 1.4 MATERIAL OWNERSHIP: A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 SUBMITTALS: A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings, according to Division 1 Section 01010 "Construction General Requirements" identifying and accurately locating capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.6 PROJECT CONDITIONS: A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1 . Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvable Improvements: As applicable, carefully remove items indicated to be salvaged and store on Owner's premises where indicated. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. PART 2 PRODUCTS Not used. City of Lubbock NW Water Reclamation Plant Phase 1 A Site Clearing Project No. 5473 02230 - 2 March 5, 2016 PART 3 EXECUTION 3.1 PREPARATION: A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. Restore damaged improvements to their original condition, as acceptable to Owner. D. Temporary Erosion and Sedimentation Control: 1. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff to adjacent properties and walkways, according to a sediment and erosion control plan, specific to the site, which complies with the requirements of TCEQ, or EPA 832/R-92-005, or requirements of authorities having jurisdiction, whichever is more stringent. 2. The CONTRACTOR shall have the sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing and maintaining the erosion and sedimentation control system. 3. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.2 TREE PROTECTION: A. Erect and maintain temporary fencing around tree protection zones before starting site clearing. Remove fence when construction is complete. 1. Do not store construction materials, debris, or excavated material within fenced area. 2. Do not permit vehicles, equipment, or foot traffic within fenced area. 3. Maintain fenced area free of weeds and trash. B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02230 - 3 Site Clearing March 5, 2016 1. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Coat cut faces of roots more than 1-1/2 inches in diameter with emulsified asphalt or other approved coating formulated for use on damaged plant tissues. 4. Backfill with soil as soon as possible. D. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by ENGINEER. 1. Employ an arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full -growth status, as determined by ENGINEER. 3.3 UTILITIES: A. Locate, identify, disconnect, and cap off utilities indicated to be removed. Arrange with utility companies to shut off indicated utilities. B. Existing Utilities: If applicable, do not interrupt utilities serving facilities occupied by OWNER or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify ENGINNER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. C. Excavate for and remove underground utilities as indicated to be removed. 3.4 LIMITS OF CLEARING: A. As follows, but not to extend beyond Project limits shown on the Drawings. 1. Excavation: 5 feet beyond top of cut slopes. 2. Fill: a. Clearing and Grubbing: 5 feet beyond toe of permanent fill. b. Stripping: 2 feet beyond toe of permanent fill. 3. Roadways: Clearing and grubbing 20 feet from roadway centerline. City of Lubbock NW Water Reclamation Plant Phase 1 A Site Clearing Project No. 5473 02230 - 4 March 5, 2016 4. Overhead Utilities: Clearing and grubbing entire width of easements and rights -of -way. 5. Other Areas: As shown on drawings. B. Remove rubbish, trash and junk from entire area within Project limits. 3.5 BLASTING: A. Explosives: Do not use explosives. 3.6 CLEARING AND GRUBBING: A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18-inches below exposed subgrade. 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and dispose of off -site. B. As required, fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8-inches, and compact each layer to a density equal to adjacent original ground. 3.7 TOPSOIL STRIPPING: A. Remove sod and grass before stripping topsoil. B. Strip topsoil to a depth of 6-inches below the existing topsoil layer in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and non -soil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. 2. Topsoil can be stockpiled and used for final grading where approved for use in Division 2 specifications. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02230 - 5 Site Clearing March 5, 2016 C. Remove organic material remaining after stripping topsoil. Removal depths shall be verified in the field by the Geotechnical Engineer before filling in pockets where organic material was removed. D. Proofrooling: 1. Following stripping of top soil, proofroll the site with a loaded tandem axle truck to locate any soft or unstable areas. Proofrolling shall be conducted in the presence of and approved by the Geotechnical Engineer. 2. Soft or unstable areas shall be removed down to a stable subgrade as determined by the Geotechnical Engineer, and then filled in with select fill material. E. Subgrade Preparation: 1. Following proofrolling, the following preparations shall be made to Li the subgrade in the following order. a. Scarify the site. F1 b. Moisture condition to above optimum moisture content. C. Recompact to a minimum 95% dry density Standard Proctor (ASTM D 698).[A F. Stockpile topsoil materials and removed soft, unstable, and organic materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to approximately 6 feet. F 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. 3.8 SITE DEMOLITION: A. Remove existing above -grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Neatly saw -cut length of existing pavement to remain at the line of demolition before removing existing pavement. Saw -cut faces vertically. 3.9 DISPOSAL: A. Disposal: 1. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property.„ 2. Dispose of stockpiled waste materials within 30-days. City of Lubbock NW Water Reclamation Plant Phase 1 A Site Clearing Project No. 5473 02230 - 6 March 5, 2016 f �I 3. Provide copies of all landfill receipts for waste material disposal. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02230 - 7 Site Clearing March 5, 2016 SECTION 02275 RIPRAP PART1 GENERAL 1.1 SECTION INCLUDES: A. Requirements for the construction of Riprap of the type and details shown. 1.2 REFERENCES: A. TxDOT Item 432-Riprap. 1.3 QUALITY ASSURANCE: A. Perform work in accordance with TxDOT Item 432-Riprap, except as noted. PART 2 PRODUCTS 2.1 MATERIALS: A. Riprap shall be of the Type shown. All Types shown refer to Types within TxDOT Item 432-Riprap. PART 3 EXECUTION 3.1 EXAMINATION: A. Do not place Riprap over frozen or spongy subgrade surfaces. 3.2 PLACEMENT: A. Place Riprap on firm subgrade surface. Soft areas shall be compacted prior to Riprap placement. 3.3 PROTECTION: A. Protect finished work. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Riprap Project No. 5473 02275 -1 March 5, 2016 PART 1 PART 2 1.1 1.2 1.3 1.4 1.5 2.1 SECTION 02510 ASPHALTIC CONCRETE PAVING GENERAL SECTION INCLUDES: A. Surface course, consisting of compacted mixture of coarse and fine aggregates and asphaltic material, placed on stabilized base in conformity with lines, grades, compacted thickness and typical cross sections shown. REFERENCES: A. Standard Specifications for Streets and Drainage Construction, City of Lubbock Design Standards and Specifications. SUBMITTALS: A. Procedures for Submittals: Section 01330. B. Certified weight tickets shall be submitted with each delivery of asphaltic concrete to the work site. C. Contractor shall submit design mixtures, including additive modifiers, for review and approval at least 30 days before any asphaltic pavement is placed. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. DELIVERY, STORAGE and HANDLING: A. Asphaltic concrete material shall be hauled in tight trucks previously cleaned of all dirt and foreign material with the load completely covered by canvas. B. All material shall be delivered so that material can be placed and rolled during daylight hours. DELIVERY, STORAGE and HANDLING: A. Asphaltic concrete shall not be placed when the ambient temperature is below 60 degrees F and is falling. B. Asphaltic concrete may be mixed and placed when the ambient temperature is above 50 degrees F and rising. PRODUCTS PRIME COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade SS-IH or CSS-IH. City of Lubbock NW Water Reclamation Plant Phase 1 A Asphalt Concrete Paving Project No. 5473 02510 - 1 March 5, 2016 2.2 TACK COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade RC-250. 2.3 HOT MIX ASPHALTIC CONCRETE SURFACE COURSE: A. The asphaltic concrete surface course shall be plant mixed, hot laid Type D (Fine Graded Surface Course) meeting requirements in Standard Specifications for Streets and Drainage Construction, City of Lubbock Design Standards and Specifications. B. The mix shall be designed for stability of at least 35 as determined by test method Tex-227-F and shall be compacted to between 92 and 98 percent of the maximum theoretical density and determined under test method Tex- 207-F. C. The asphalt cement content by percent of total mixture weight shall fall within a tolerance of ±0.3 percent asphalt cement from the specific mix. In addition, the mix shall be designed so that 75 to 85 percent of the voids in the mineral aggregate (VMA) are filled with asphalt cement. PART 3 EXECUTION 3.1 PRIME COAT: A. Apply with an approved sprayer. Prime coat shall be applied at a rate of 0.20 to 0.30 gallons per square yard as shown on contract drawings over compacted flexible base and shall be cured for 24 hours minimum. The actual rate of application to be determined in the field based on actual conditions. 3.2 TACK COAT: A. Apply with approved sprayer. Thoroughly clean pavement surface and apply tack coat at a rate of 0.05 to 0.15 gallons per square yard of pavement contact surface. The actual rate of application to be determined in the field based on actual conditions. 3.3 LAYING: A. Placement: Haul the asphaltic concrete mixture, which has been heated and prepared as specified, to the project in tight vehicles previously cleaned of foreign material. The mixture shall be at a temperature between 200 degrees Fahrenheit and 350 degrees Fahrenheit when laid. The Engineer will determine the lowest acceptable temperature; a variance of 30 F upward will be allowed. Spread the material into place with approved mechanical finishing machine of screening or tamping type. Use a tire or track -mounted finish machine capable of maintaining uniform grade WITHIN SPECIFIED TOLERANCES while placing directly on the flexible base subgrade. City of Lubbock NW Water Reclamation Plant Phase 1 A Asphalt Concrete Paving Project No. 5473 02510 - 2 March 5, 2016 B. Surface Course Material: A surface course 2 inches or less in thickness may be spread in one lift. Spread all lifts in such a manner that when compacted, the finished course will be smooth, of uniform density and to section, line r and grade shown. 3.4 LAYERING IN RESTRICTED AREAS: A. If use of a paver is impractical, asphalt surface courses may be spread and finished by hand. Use wood or steel forms, rigidly supported to assure correct grade and cross section. Carefully place materials to avoid segregation of the mix. Broadcasting the material will not be permitted. Any lumps that do not break down readily shall be removed. Place asphalt courses in the same sequence as if placed by machine. 3.5 ROLLING: A. Begin rolling while pavement is still hot and as soon as it will bear the roller without undue displacement or hair cracking. To prevent adhesion of surface mixture to the roller, keep wheels properly moistened with water. Excessive use of water will not be permitted. B. Compress the surface thoroughly and uniformly, first with power -driven, 3- wheel, or tandem rollers weighing 10 tons. Obtain subsequent compression by starting at the side and rolling longitudinally toward the center of the pavement, overlapping on successive trips by at least one-half width of rear wheels. Make alternate trips slightly different in length. Continue rolling until further compression cannot be contained and all rolling marks are eliminated. C. Use a tandem roller for the final rolling. Double coverage with an approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been completed. 3.6 HAND TAMPING: A. Along walls, curbs, headers and similar structures and in all locations not accessible to rollers, compact the mixture thoroughly with a vibrating plate compactor. 3.7 DENSITY: A. Compact the base surface course to the density shown. If, during the construction, the results of density tests show that the surface has a density less than specified, an additional rolling with a 3-wheel or pneumatic roller will be required. Such a rolling shall be done before the mix cools if it is to be successful. 3.8 SURFACE TESTS: i A. The completed surface, when tested with a 16-foot straightedge laid parallel to the center line of the pavement, shall show no deviation in excess of 1 /16 inch per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1/4 inch at any I City of Lubbock NW Water Reclamation Plant Phase 1 A Asphalt Concrete Paving Project No. 5473 02510 - 3 March 5, 2016 point. Furnish approved templates for checking subgrade in finished sections. The strength and rigidity of templates shall be such that if a support is transferred to center, no deflection in excess of 1 /8 inch will be observed. 3.9 CONSTRUCTION JOINTS: A. Place courses as nearly continuously as possible. Pass the roller over unprotected ends of the freshly laid mixture only when the mixture has become chilled. When work is resumed, cut back the laid material to produce a slightly beveled edge for the fill thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. B. When new asphaltic is laid against existing or old asphalt, the existing or old asphalt shall be cut to provide a straight smooth joint. A tack coat is to be applied against this sawed joint face before applying new hot mix. 3.10 DEFFECTIVE PAVEMENT: A. Re -Compact pavement sections not meeting specified densities or replace them with new asphaltic concrete material. Replace with new material section of surface course pavement no meeting surface test requirements or having an unacceptable surface texture. Patch asphaltic pavement sections in accordance with procedures established by the Asphalt Institute. Replace asphalt pavement sections which did not meet the specifications. 3.11 FIELD QUALITY CONTROL: A. Laboratory Testing and Inspection Services: As specified in Section 01400. 3.12 DEFICIENT SURFACE THICKNESS: A. Any area of asphalt surface found deficient in thickness by more than 0.25 inches shall be removed and replaced, at the Contractor's expense, with asphalt surface of the thickness shown. Care should be taken not to damage or remove the pavement below the asphalt surface. Should damage to the pavement below the asphalt surface occur, it shall be removed and replaced at the Contractor's expense. B. No additional payment over the contract price will be made for any asphalt surface of a thickness exceeding that required by the contract documents. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Asphalt Concrete Paving Project No. 5473 02510 - 4 March 5, 2016 n PART 1 SECTION 02511 PAVEMENT REPLACEMENT GENERAL 1.1 SECTION INCLUDES: A. The repair and replacement of an open -cut trench pavement section within the confines of an existing roadway pavement section including, but not limited to, asphalt (hot -mix, surface treatment, etc.), brick, concrete, gravel, oil -sand, and unimproved streets and roadways. 1.2 REFERENCES: A. TxDOT Item 247 — Flexible Base Material. B. TxDOT Item 300 — Asphalts, Oils, and Emulsions. C. TxDOT Item 310 — Prime Coat (cutback asphaltic material only). D. TxDOT Item 334 — Hot Mix Cold -Laid Asphaltic Concrete Pavement. E. TxDOT Item 360 — Concrete Pavement. F. TxDOT Item 421 — Portland Cement Concrete. G. TxDOT Item 433 — Joint Sealant and Fillers. H. TxDOT Item 536 — Membrane Curing. I. ACI 301 — Specifications for Structural Concrete. J. ASTM A615 — Deformed and Plain Billet Steel Bars. K. ASTM A616 — Rail Steel Deformed and Plain Bars. L. ASTM C260 — Air -Entraining Admixtures for Concrete. M. ASTM C494 — Chemical Admixtures for Concrete. 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Contractor shall certify the asphalt/concrete mixing plant will conform to the requirements of the TxDOT. C. Contractor shall submit design mixtures for asphalt/concrete, including additive modifiers, for review and approval at least 30 days before any pavement is placed. City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Replacement Project No. 5473 02511-1 March 5, 2016 1.4 DELIVERY, STORAGE, AND HANDLING: A. Asphaltic Concrete Material shall be hauled in tight trucks previously cleaned of dirt and foreign material. B. All material shall be delivered and immediately placed or stockpiled. Care shall be taken when stockpiling to prevent contamination of materials. 1.5 ENVIRONMENTAL REQUIREMENTS: A. Asphaltic Concrete shall not be placed when the ambient temperature is below 60 degrees F and is falling. B. Asphaltic Concrete may be mixed and placed when the ambient temperature is above 50 degrees F and is rising. C. Portland Cement Concrete shall not be placed when the ambient temperature is below 40 degrees F and falling. D. Portland Cement Concrete may be placed when the ambient temperature is above 35 degrees F and rising. E. Paving materials shall not be placed on wet or frozen subgrade. PART 2 PRODUCTS 2.1 FLEXIBLE BASE: A. TxDOT Item 247, Type A, Grade 3. 2.2 PRIME COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade MC-30, or as approved by the Engineer, in accordance with TxDOT Item 310, "Prime Coat". 2.3 TACK COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils, and Emulsions". B. Provide grade RC-250, or as approved by the Engineer. 2.4 HOT MIX, COLD -LAID ASPHALTIC CONCRETE SURFACE COURSE: A. Shall meet the individual material and mixture material requirements as specified within TxDOT Item 334 for the type shown on the drawings. 2.5 REINFORCEMENT: A. Reinforcing steel shall meet the requirements of ASTM A616, Grade 60 new billet steel bars. City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Replacement Project No. 5473 0251 1-2 March 5, 2016 PART 3 B. Dowels for expansion joints shall meet the requirements of ASTM A615, Grade 60. 2.6 PORTLAND CEMENT CONCRETE: A. Use either Type I or Type III, ASTM C-150 concrete. B. Concrete mix shall have a minimum cement content of six sacks per cubic yard (3,000 psi compressive strength). C. Mixing water shall be potable and not detrimental to the concrete. D. The concrete shall contain 3 to 5 percent entrained air and shall meet the requirements of ASTM C260. E. Do not use chemical admixtures such as water reducing, retarding and accelerating agents approved by the Engineer. If admixtures are approved, they shall meet the requirements of ASTM C494. EXECUTION 3.1 EXTENT OF REPAIR: A. Roadway/street shall be restored to its original condition or better as depicted on the drawings. B. The Contractor shall repair all pavement cuts, unless otherwise noted on the drawings. 3.2 FIELD QUALITY CONTROL: A. The trench backfill supporting the pavement replacement shall be installed in accordance with Section 02225. B. If, in the judgment of the Engineer, the quality of materials used or the completed installation (including compacted density, surface thickness or surface texture) is questionable, the Engineer may conduct the appropriate tests to verify the quality of the installation. These tests will be at the expense of the Contractor. If the installation does not meet the criteria listed in this section, the material shall be removed and replaced at the expense of the Contractor such that the installation meets the criteria in this section. 3.3 BARRICADES: A. The Contractor shall maintain lights and barricades around the work areas until the pavement is ready for traffic. B. Control work so as to minimize disruption of normal traffic flow and prevention of access to normal traffic routes. City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Replacement Project No. 5473 0251 1-3 March 5, 2016 3.4 GRAVEL, OIL -SAND AND OTHER NON -PERMANENT ROADWAYS: A. Ensure trench is backfilled in accordance with Section 02225. B. Place and compact a finished ten inch layer of flexible base material over the ditch as shown on the drawings for the finished surface of the roadway. C. The thickness of each layer before compaction shall not exceed six inches. 3.5 ASPHALTIC CONCRETE ROADWAYS: A. Ensure trench is backfilled in accordance with Section 02225. B. Flexible Base Course: 1. Place and compact flexible base course under pavement sections over the ditch within roadways as shown on the drawings. 2. The thickness of each layer before compaction shall not exceed six inches. C. Prime Coat: 1. Prime coat shall be applied at a rate of 0.20 to 0.40 gallons per square yard over compacted flexible base and shall be cured for 24 hours minimum. D. Tack Coat: 1. Shall be applied to saw -cut edges, adjacent concrete or other appurtenances within the confines of the paved area. Apply at a rate of 0.05 to 0.15 gallons per square yard. E. Laying: 1. Shall meet the requirements of TxDOT Item 334, or as approved by the Engineer. F. Compacting: 1. Contractor shall use any equipment deemed necessary. All equipment shall be approved by the Engineer. G. Density: 1 . As specified within TxDOT Item 334. H. Surface Tests: 1 . The finished surface of the replacement asphalt shall be at the same elevation and grade as the original pavement before cutting, or as shown on the drawings. City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Replacement Project No. 5473 0251 1-4 March 5, 2016 2. The completed surface, when tested with a straight edge spanning between the undisturbed saw -cut pavement sections at the adjacent trench walls, shall show no deviation in excess of 1 /16 inch per foot from the sawed edge. I. Construction Joints: 1. Place courses as nearly continuously as possible. If work is interrupted, cut back the previously -laid material to produce a slightly beveled edge for the full thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. 2. When the asphalt is laid against existing or old asphalt, the existing or old asphalt shall be cut to provide a straight smooth joint. 3. Apply tack coat to old asphalt edge as previously described in this specification, prior to laying new material. 3.6 PORTLAND CEMENT CONCRETE PAVEMENT: A. Ensure trench is backfilled in accordance with Section 02225. B. Preparation: 1. Moisten underlying pavement layer to minimize absorption of water from fresh concrete. 2. Coat surfaces of manholes, drop inlets, etc. with oil to prevent bond with concrete. C. Forming: 1. If available, use adjacent saw -cut edges of existing concrete pavement as forms to match grade. 2. Use forming as necessary to contain the placed concrete when saw - cut edges are not available on both sides of the trench (i.e. Ditch is parallel to and at the edge of the roadway). 3. Ensure completed edge of concrete matches the line and grade of adjacent roadway, if no grade changes are depicted on the drawings. 4. Thickness of placed concrete shall match existing pavement. D. Reinforcement: 1. If reinforcement is required, the size and location will be shown on the plans. City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Replacement Project No. 5473 02511-5 March 5, 2016 E. Concrete Pavement: 1. Place concrete in accordance with TxDOT Item 360 - Concrete Pavement, unless otherwise noted. 2. Place concrete over the ditch within roadways as shown on the drawings. 3. Ensure reinforcement, inserts, embedded parts, formed joints, etc. are not disturbed during concrete placement. 4. Match pattern of expansion/control joints in existing concrete pavement. 5. Finished surface of concrete shall match the existing pavement. F. Surface Tests: 1. The finished surface of the replacement concrete shall be at the same elevation and grade as the original pavement before cutting, or as shown on the drawings. 2. The completed surface, when tested with a straight edge spanning between the undisturbed saw -cut pavement sections as the adjacent trench walls, shall show no deviation in excess of 1 /16 inch per foot from the sawed edge. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Replacement Project No. 5473 0251 1-6 March 5, 2016 PART 1 PART 2 1.1 1.2 1.3 1.4 2.1 2.2 SECTION 02580 PAVEMENT MARKINGS GENERAL SECTION INCLUDES: A. This Item shall govern for furnishing and placing reflectorized pavement markings of the types, colors, shapes, sizes, widths and thickness shown on the Plans. REFERENCES: A. TxDOT Materials Specification, most current version SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Product Data: Manufacturer's product data sheets for marking paint. PROJECT CONDITIONS: A. Environmental Requirements: Do not apply marking paint when weather is foggy or rainy, or ambient or pavement temperatures are below 40 degrees F, nor when such conditions are anticipated in subsequent 8 hours, nor if not recommended by paint manufacturer. B. Protection: Protect adjacent curbs, walks, fences and other items from overspray of marking paint. PRODUCTS MATERIALS: A. Type I Marking Materials. Type I markings are thermoplastic type materials that require heating to elevated temperatures for application. Type I marking materials shall conform to TxDOT Departmental Materials Specification D-9- 8220. Each container of Type I marking material shall be clearly marked to indicate the color, weight, type of material, manufacturer's name and the lot/batch number. B. Type 11 Marking Materials. Type II markings are paint type materials that are applied at ambient or slightly elevated temperatures. Type II marking materials shall conform to TxDOT Departmental Materials Specification D-9- 8220, YPT-10 and/or WPT-10 and D-9-8290 EQUIPMENT: A. Equipment used to place pavement markings shall: 1 . Be maintained in satisfactory operating condition. City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Markings Project No. 5473 02580 - 1 March 5, 2016 2. Be considered in satisfactory operating condition if it can repeatedly produce a stripe acceptable to the Engineer. 3. Meet or exceed the material handling at elevated temperatures requirements of the National Fire Underwriters and the Texas Railroad Commission. 4. Have production capabilities considered satisfactory by the Engineer when used to place markings other than solid or broken lines. 5. Be capable of producing a center -line and a no -passing barrier line configuration consisting of one (1) broken line with two (2) solid lines at the same time to the alignment and spacing shown on the Plans. 6. Be capable of placing lines with clean edges and of uniform cross- section. All lines shall have a tolerance of ± 1 /8 inch per four (4) inch width. 7. Have an automatic cut-off device with manual operating capabilities to provide clean, reasonably square marking ends to the satisfaction of the Engineer, and to provide a method of applying broken line in an approximate stripe -to -gap ration of 10 to 30. The length of the stripe shall not be less than 10 feet or more than 10.5 feet. The total length of any stripe -gap cycle shall not be less than 39.5 feet or more than 40.5 feet. 8. Provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons or similar appliances which the die overruns will not be permitted for longitudinal striping applications. 9. Apply beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser shall have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment. 10. When Type I markings are to be placed, the Contractor shall have a hand-held thermometer on the project. The thermometer shall be capable of measuring the temperature of the pavement marking material to be placed. PART 3 EXECUTION 3.1 GENERAL: A. When required by the Engineer, the Contractor and the Engineer shall review the sequence of work to be followed and the estimated progress schedule. B. Markings may be placed on roadways either free of traffic or open to traffic. On roadways already open to traffic, the markings shall be placed under traffic conditions that exist with a minimum of interference to the operation of the facility. Traffic control shall be as shown on the Plans or as approved City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Markings Project No. 5473 02580 - 2 March 5, 2016 by the Engineer in writing. All markings placed under open -traffic conditions shall be protected from traffic damage and disfigurement. On roadways open to traffic, with three (3) lanes of travel in one direction, all markings shall be placed from the outside lanes only unless otherwise approved in writing by the Engineer. C. Guides to mark the lateral location of pavement markings shall be established as directed by the Engineer. The Contractor shall establish the pavement marking guides and the Engineer will verify the location of the guides. D. Markings shall be placed in proper alignment with the guides. The deviation rate in alignment shall not exceed one (1) inch per 200 feet of roadway. The maximum deviation shall not exceed two (2) inches nor shall any deviation be abrupt. E. Markings shall essentially have a uniform cross-section. The density and quality of markings shall be uniform throughout their thickness. The applied markings shall have no more than five (5) percent, by area, of holes or voids and shall be free of blisters. F. Markings, in place on the roadway, shall be reflectorized both internally and externally. Glass beads shall be applied to the materials at a uniform rate sufficient to achieve uniform and distinctive retroreflective characteristics when observed in accordance with TxDOT Test Method Tex-828-13 or as otherwise shown on the contract Plans. G. The Contractor's personnel shall be sufficiently skilled in the work of installing pavement markings. H. Markings placed that are not in alignment or sequence, as shown on the j Plans or as stated in this specification, shall be removed by the Contractor at the Contractor's expense. Removal shall be in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers", except for measurement and payment. Guides placed on the roadway for alignment purposes shall not establish a permanent marking on the roadway. I. Unless otherwise shown on the Plans, pavement markings may be applied by any method that will yield markings meeting the requirements of this specification. 3.2 PREPARATION: A. New portland cement concrete surfaces shall be cleaned in accordance with TxDOT Item 678, "Pavement Surface Preparation for Markings" to remove curing membrane, dirt, grease, loose and/or flaking existing construction markings and other forms of contamination. B. Older portland cement concrete surfaces and asphaltic surfaces that exhibit loose and/or flaking existing markings shall be cleaned in accordance with TxDOT Item 678, "Pavement Surface Preparation for Markings", to remove all loose and flaking markings. City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Markings Project No. 5473 02580 - 3 March 5, 2016 C. Pavement to which material is being applied shall be completely dry. Pavements shall be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) foot square piece of plastic that has been placed on the pavement and weighted on the edges. 3.3 APPLICATION: A. Application of Type I Markings New portland cement concrete surfaces shall be further prepared for Type I markings, after cleaning, by placing a Type II marking as a sealer in accordance with this Item. When placing Type I markings in new locations on asphaltic surfaces three (3) years old or older or any portland cement concrete surfaces, a Type II marking shall be used as a sealer. Unless otherwise shown on the Plans, existing Portland Cement concrete and asphaltic surfaces to be striped will not require Type II markings as a sealer; existing markings may be used as a sealer in lieu of Type II markings. Type 11 markings shall be placed a minimum of two (2) and a maximum of thirty (30) calendar days in advance of placing Type I markings. Type 11 markings which become dirty due to inclement weather or road conditions shall be cleaned by washing, brushing, compressed air or other means approved by the Engineer, prior to application of Type I markings. If washing is used, the surface of Type II markings shall become thoroughly dry before placing Type I markings. Color, location and configuration of Type II markings shall be the same as that of Type I markings. 2. Type I pavement marking material shall be applied within temperature limits recommended by the material manufacturer. Application of Type I pavement markings shall be done only on clean, dry pavement having a surface temperature above 500 F. Pavement temperature shall be measured in accordance with TxDOT Test Method Tex-829- B. 3. When Type I pavement marking application is by spray, and operation ceases for five (5) minutes or more, the spray head shall be flushed by spraying pavement marking material into a pan or similar container until the pavement marking material being sprayed is at the proper temperature for application. 4. Unless otherwise directed by the Engineer in writing, Type I pavement marking materials shall not be placed on roadways between September 30 and March 1, subject to temperature and moisture limitations specified herein. 5. Unless otherwise shown on the Plans, Type I marking minimum thickness shall be 0.060 inch (60 mil) for edgeline markings and 0.090 inch (90 mil) for stop -bars, legends, symbols, gore and center- line/no-passing barrier -line markings, when measured in accordance with TxDOT Test Method Tex-854-13. The maximum thickness of all Type I markings shall be 0.180 inch (180 mil). City of Lubbock NW Water Reclamation Plant Phase 1 A Pavement Markings Project No. 5473 02580 - 4 March 5, 2016 6. The thickness of Type I markings at the time of placement will be measured above the Plane formed by the pavement surface. The Engineer will supply a device to measure the thickness of the applied markings. The markings shall be of uniform thickness throughout their lengths and widths. B. Application of Type II Markings. The application of Type II marking materials shall be done only on surfaces with a minimum surface temperature of 50' F. 2. The application rate for Type II marking material shall be: between 15 and 20 gallons per mile of solid four (4) inch line and between 30 and 40 gallons per mile for solid eight (8) inch line except that, for new surface treatment projects, the application rate shall be between 25 and 30 gallons per mile of solid four (4) inch line and between 40 and 50 gallons per mile for solid eight (8) inch line. 3. Pavement markings for new surface treatment projects shall be applied in two (2) applications, each approximately one-half the application rate. The first application shall not contain glass beads. The interval between the first and second applications shall be a minimum of one (1) hour. 4. When, in the case of impending inclement weather, and the Engineer directs the Contractor to apply water -based traffic paint, the markings are damaged by subsequent rain, sleet, hail, etc., the Contractor will be paid for the initial placement and the replacement markings. However, if the Contractor places the markings at his option, the Contractor is responsible for all costs associated with the replacement markings. 3.4 PERFORMANCE: Type I pavement markings shall meet all the requirements of this specification for a minimum of 15 calendar days after installation. Pavement markings that fail to meet all the requirements of this specification shall be removed and replaced by the Contractor at the Contractor's expense. The Contractor shall replace all pavement markings failing the requirements of this specification within 30 calendar days following notification by the Engineer of such failing. All replacement markings shall also meet all requirements of this specification for a minimum of 15 calendar days after installation. END OF SECTION f City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02580 - 5 Pavement Markings March 5, 2016 SECTION 02934 HYDROMULCH SEEDING PART1 GENERAL 1.1 WORK INCLUDED: A. Hydromulch seeding of grass is required as shown on the Plans. Establishment of a uniform, full -coverage of grass is required in all disturbed areas, and other areas indicated on the Plans. Hydromulch seeding is specified for these areas where grass establishment is required. B. Hydromulch seeding includes mixing fertilizer, grass seed and mulch material with water and spraying the mixture onto tilled topsoil. Seeding includes spreading fertilizer, and grass seed onto tilled topsoil. C. Furnish all materials, labor and equipment including watering system to establish full coverage grass where specified and to maintain the established areas for 60 days. 1.2 DEFINITIONS: A. Weeds: Includes, but not limited to, Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perrenial Sorrel, and Brome Grass. 1.3 SUBMITTALS: A. Submit data on fertilizer, seed, and mulch as necessary to show compliance with these specifications. Include source of supply for materials as well as: 1. Name, trademark, warranty, analysis, form, and coverage for fertilizer. 2. Name, type, germination, purity, germination test results with date of test for seed. 3. Name, type, components and coverage for mulch. B. Submit maintenance instructions, cutting method, minimum and maximum grass height; types, application frequency, and recommended coverage of fertilizer. 1.4 REGULATORY REQUIREMENTS: A. Comply with regulatory agencies for fertilizer and herbicide composition. City of Lubbock ' NW Water Reclamation Plant Phase 1 A Hydromulch Seeding �" Project No. 5473 02934 - 1 March 5, 2016 1.5 QUALITY ASSURANCE: A. Provide seed in containers showing name and type of seed, year of production, net weight, date of packaging, date of germination test, and location of packaging. B. Provide fertilizer in containers bearing the name, trademark warranty of producer, the weight and analysis, and form of constituents. C. In the designated areas for grass establishment, it shall be the sole responsibility of the CONTRACTOR to establish uniform stand of grass which is defined as not less than 150 growing plants per square foot of seeded area, regardless of adverse climatic or other conditions. The resident engineer may stop work if unfavorable conditions are likely until favorable conditions are present. 1.6 DELIVERY, STORAGE, AND HANDLING: A. Deliver grass seed mixture in sealed containers. Seed in damaged, wet, or moldy packaging is not acceptable. Store in dry location. B. Deliver fertilizer in waterproof bags. Store in dry location not in contact with runoff. 1.7 MAINTENANCE SERVICE: A. For areas where establishment is required per the Plans and Paragraph 1 .06 A., maintain the hydromulched areas for 60 days beginning immediately after placement and watering as required until grass is well established and exhibits a vigorous growing condition. Coordinate water requirements with j availability of water from OWNER and areas to be seeded at one time. PART 2 PRODUCTS 2.1 SEED MIXTURE: A. Seed Mixture Type I: Hulled common Bermuda grass (Cynodon dactylon) or approved hybrid of common Bermuda grass for the specified areas at a rate of 40 pounds pure live seed (PLS) per acre. B. Seed Mixture Type II: Texas Department of Transportation District 5 Permanent Rural Seed Mixture for the unirrigated areas and detention basins. Species and quantities included with this mix are as follows: Species Pound PLS/Acre 1. Green Sprangletop (Leptochloa dubia) 0.3 2. Sideoats Grama (Bouteloua curtipendula) 3.6 3. Blue Grama (Bouteloua gracilis) 1.2 4. Buffalograss (Bouteloua (Buchloe) dactyloides) 1.6 5. Illinois Bundleflower (Desmanthus illinoensis) 1.0 City of Lubbock NW Water Reclamation Plant Phase 1 A Hydromulch Seeding Project No. 5473 02934 - 2 March 5, 2016 I C. Seed Quality: All seed shall meet the requirements of the Texas Seed Law including labeling requirements for showing PLS (PLS = purity x germination), name and type of seed. All seed shall be treated with a fungicide. Seed, which has become wet, moldy or otherwise damaged in transit or storage, will not be acceptable. Seed shall be new crop seed (harvested within 1 year prior to planting), free of other weed seed to the limits allowable under the Texas Seed Law. The seed shall have a germination and purity that will produce a pure live seed content of not less than 85 percent. 2.2 FERTILIZER: A. Fertilizer shall be a commercial product uniform in composition, free flowing, and suitable for application with standard equipment. The fertilizer shall comply with the applicable State fertilizer laws and shall be delivered in bags or other convenient containers, each fully labeled and bearing the name, trademark, and warranty of the producer. Fertilizer applied during the initial planting shall have analysis ratio of 20-20-20 also containing traces of sulfur, iron and zinc. Fertilizer used in the second application shall have an analysis ratio of 12-4-8. The figures in the analysis represent the percent of nitrogen, phosphorus, and potash nutrients, respectively as determined by methods of the Association of Official Agricultural Chemists. Fifty percent or greater of the nitrogen required shall be in the form of nitrate nitrogen. The remaining nitrogen may be in the form of urea nitrogen. B. In the event it is necessary to substitute a fertilizer of a different analysis or form, the total amount of nutrients applied per 1000 square feet shall equal or exceed that specified for each nutrient. C. Fertilizer which has become caked or exposed to excess humidity or mixture will not be acceptable. 2.3 HYDROMULCH: A. Hydromulch material for areas requiring grass establishment shall be Second Nature Hydroseeding Mulch as manufactured by Central Fiber Corporation, or approved equivalent. Mulch shall be manufactured of natural fiber stock free of plastics and foreign materials. Mulch shall have a green non -toxic dye, disperse rapidly in water to form a homogeneous slurry and shall remain in suspension. It shall have a water holding capacity of not less than 1300 gms water per 100g fiber. 2.4 MULCH: A. Furnish straw mulch free of weeds and spread at the recommended rate to adequately cover all areas which are broadcast seeded and indicated to be mulched. 2.5 SOIL MATERIALS: A. Topsoil: Refer to material requirements in Section 02001. City of Lubbock NW Water Reclamation Plant Phase 1 A Hydromulch Seeding Project No. 5473 02934 - 3 March 5, 2016 PART 3 2.6 ACCESSORIES: A. Water: Clean, fresh and free of substances or matter which could inhibit vigorous growth of grass. B. Erosion Fabric: Jute matting, open weave, where shown on Plans or where slope is steeper than 3:1. EXECUTION 3.1 INSPECTION: A. Verify that prepared soil base is ready to receive the work of this Section that topsoil has been placed and final grading is acceptable to OWNER. B. Beginning of installation means acceptance of existing site conditions. 3.2 FINAL GRADING: A. Comply with the requirement in Section 02001 for final grading, subsoil preparation and placement of topsoil prior to seeding. All areas to be seeded shall have sufficient topsoil placed prior to seeding. B. Smooth areas that have become gullied; and loosen or refill areas that have become compacted since completion of grading to a depth of 6 inches. 3.3 FERTILIZING: A. Apply initial fertilizer in accordance with manufacturer's instructions at a minimum rate of 15 lb per 1000 sf with hydromulch mixture. B. A second application of fertilizer shall be applied to the establishment areas between 45 and 60 days from seeding, at a rate of 8 pounds per 1000 sf. 3.4 SEEDING: A. For hydromulch (grass establishment) areas, hydromulch mixture containing the seed, fertilizer, mulch and water shall be prepared in accordance with the quantities specified herein or as recommended by the manufacturer. Mixture shall be applied to planting area using conventional "Hydromulch" equipment. For seeded areas, seed and fertilizer shall be spread with mechanical spreaders to obtain the specified rates. Component Rate per 1000 sf Grass seed See Section 2.1 Fertilizer 15 pounds Water As recommended by Manufacturer Paper Fiber Mulch As recommended by Manufacturer B. Planting Season: 1. Type I Seed Mixture — March 1 to July 31. 2. Type II Seed Mixture — February 15 to May 15 City of Lubbock NW Water Reclamation Plant Phase 1 A Hydromulch Seeding Project No. 5473 02934 - 4 March 5, 2016 r i 3. Seeding shall not be done during periods other than listed above. C. For areas to be established, apply water with a fine spray immediately (within 24 hours) after each area has been seeded and mulched. Saturate to I 4 inches of soil. Water daily as often as necessary for 4 weeks to establish S grass. 3.5 SEED PROTECTION: A. Cover seeded slopes where grade is steeper than 4 inches per foot with erosion fabric. Roll fabric onto slopes without stretching or pulling. Cover hydromulched areas as recommended to obtain establishment of grass. B. Lay fabric smoothly on surface, bury top end of each section in 6-inch deep excavated topsoil trench. Provide 12-inch overlap of adjacent rolls. Backf ill (- trench and rake smooth, level with adjacent soil. C. Secure outside edges and overlaps at 36-inch intervals with stakes. t D. Lightly dress slopes with topsoil to ensure close contact between fabric and soil. E. At sides of ditches, lay fabric laps in direction of water flow. Lap ends and edges minimum 6 inches. F. No heavy equipment shall be moved over planted area unless area is to be retitled and reseeded. 3.6 MAINTENANCE FOR HYDROMULCHED AREAS: A. The CONTRACTOR shall mow grass when stands reach 6-inches or greater. B. CONTRACTOR shall water as required to establish grass and to prevent grass and soil from drying out for the initial 60-day period. C. CONTRACTOR shall control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. D. Prior to the second fertilizer application, CONTRACTOR shall reseed areas which show bare spots of 2 square feet or larger. Minimum of 95 percent coverage shall be required for OWNER acceptance. E. CONTRACTOR shall maintain grass and reseed as required to establish 95 percent coverage (within a minimum of 60 days) or 150 plants per square foot. F. Protect seeded areas with warning signs during maintenance period, if necessary. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Hydromulch Seeding Project No. 5473 02934 - 5 March 5, 2016 i PART 1 SECTION 02938 SODDING GENERAL 1.1 SUMMARY: A. Section Includes: 1. Furnish all materials, sod, labor and equipment to perform all operations necessary to establish healthy, growing sod in the areas shown in the Plans and in accordance with the Specifications. Areas to be sodded include a 4-foot wide strip on either side of all new or modified concrete roads, sidewalks, mow strips, curbs, retaining walls, structures, areas around the landscaping and as shown on the Plans. 2. Establishment of sod includes: a. Fertilizing. b. Planting solid sod (as indicated). C. Maintenance. B. Related Sections: 1. Section 02001 - Materials. 1.2 REFERENCES: Not used. 1.3 SYSTEM DESCRIPTION: Not used. 1.4 SUBMITTALS: A. Record Data: 1. Submittals shall be prepared and in accordance with Division 1. 2. Submit data on fertilizer and each type of sod necessary to demonstrate compliance with the Drawings and Specifications. Include source of supply for all materials, as well as: a. Name, trademark, warranty, analysis, form, and coverage for fertilizer. b. Name, type and certification of grass for each type of grass for sod. City of Lubbock NW Water Reclamation Plant Phase 1 A Sodding Project No. 5473 02938 - 1 March 5, 2016 3. Submit maintenance instructions, cutting method, minimum and maximum grass heights; type, application frequency and recommended coverage for fertilizer. 1.5 QUALITY ASSURANCE: Not used. 1.6 DELIVERY, STORAGE AND HANDLING: A. Acceptance at Site: 1. Deliver fertilizer in waterproof bags. 2. Sod may be shipped in blocks or rolled sections of equal width. B. Storage and Protection: 1 . Store in dry location not in contact with runoff. 2. Sod materials shall be planted within 48 hours of harvest unless stored in approved manner. 3. Sod shall be protected from excessive moisture loss during delivery and storage. 4. Sod shall not be dumped from vehicles. Damaged sod shall be rejected and removed from the site. 1.7 PROJECT CONDITIONS: Not used. 1.8 WARRANTY: Not used. 1.9 EXPERIENCE REQUIREMENTS: Not used. 1.10 MAINTENANCE: A. Maintenance Service: 1. Maintain sodded areas for 60 days beginning immediately after placement, watering as required until grass is well established and exhibits a vigorous growing condition. The irrigation piping and yard hydrants installed at the treatment plant may be utilized as coordinated with the OWNER's schedule and water availability as determined by the OWNER. City of Lubbock NW Water Reclamation Plant Phase 1A Sodding Project No. 5473 02938 - 2 March 5, 2016 2. 3 PART PRODUCTS CONTRACTOR shall control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. CONTRACTOR shall replace sod as necessary during 60-day period to provide fully healthy, growing sod for acceptance. 2.1 SOD MATERIAL: A. Sod shall contain a good cover of growing or living grass and a strong root system. Living grass shall be interpreted to include grass that is seasonably dormant during the cold season and capable of renewing growth after the dormant period. B. The sod shall be free of weeds, or undesirable plants, large stones, roots and other materials that might be detrimental to the establishment and future maintenance of the sod. C. When sod is cut, the height of the grass shall not be any higher than 4 inches nor lower than 1-inch. D. Sod shall be cut evenly with a sod cutting machine to provide a soil thickness of at least 3/4-inch and not more than 1-1/4 inches. E. Care shall be taken at all times to retain native soil on the roots of the sod during excavating, hauling, and planting. F. Solid sod areas shall be certified common bermudagrass (Cynodon dactylon), certified in accordance with State Certification regulations. 2.2 SOIL MATERIALS: A. Topsoil: Refer to material specification in Section 02001. 2.3 FERTILIZER: A. Fertilizer shall be a commercial grade, pelleted, uniform in composition, free flowing, and suitable for application with standard equipment. The fertilizer shall comply with the applicable State fertilizer laws and shall be delivered in bags or other convenient containers, each fully labeled and bearing the name, trademark, and warranty of the producer and the weight, analysis and form of nutrients. Fertilizer applied shall have an analysis of 16-20-0 with iron and sulfur. The figures in the analysis represent the percent of nitrogen, phosphorus, and potash nutrients, respectively as determined by methods of the Association of Official Agricultural Chemists. Fifty percent or greater of the nitrogen required shall be in the form of nitrate nitrogen. The remaining nitrogen may be in the form of urea nitrogen. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02938 - 3 Sodding March 5, 2016 B. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be pelleted or granulated fertilizer and the total amount of nutrients furnished and applied per 1000 square feet shall equal or exceed that specified for each nutrient. C. Any fertilizer that is caked or damaged or exposed to excess moisture shall not be acceptable. 2.4 WATER: A. Water shall be fresh and free from injurious amounts of oil, acid, alkali, salts, or other materials harmful to the growth of the grass. Plant and/or service water may also be used as directed by the OWNER. PART 3 EXECUTION 3.1 INSPECTION: A. Verify that prepared soil base is ready to receive the work of this Section. B. Beginning of installation means acceptance of existing site conditions. 3.2 FINAL GRADING: A. Comply with requirements in Section 02225 "Excavation, Backfilling and Compaction for Utilites" for final grading, subsoil preparation and placement of topsoil prior to placing sod. B. Smooth areas that have become gullied and loosen or till areas that have become compacted since completion of grading. 3.3 FERTILIZER APPLICATION: A. Apply fertilizer in accordance with manufacturer's instructions uniformly at a rate of 18 pounds per 1000 square feet (750 pounds per acre) over all areas to be sodded. 3.4 TILLAGE: A. Thoroughly till all areas to be sodded following application of fertilizer to a minimum depth of 3 inches by rototilling, disking, harrowing or other approved method. B. The soil shall not be excessively dry or wet during tillage. C. Clean area of stones and debris larger than 1-inch and level irregularities from tillage prior to sodding. 3.5 PLANTING SOLID SOD: A. Sodding may be performed between April 1 and October 1. Areas to receive sod shall be moist but not muddy. City of Lubbock NW Water Reclamation Plant Phase 1 A Sodding Project No. 5473 02938 - 4 March 5, 2016 B. When grades are not low enough for sodding along paved areas or at the outer edge of the sodded areas, the soil shall be excavated so that the sod soil line is at or slightly below grade. C. Solid Sodding: The sod will be laid smoothly, edge -to -edge and with staggered joints. The sod shall be pressed immediately into contact with the sodbed by tamping or rolling with approved equipment, in order to eliminate air pockets and to provide a true and even surface. Following tamping or rolling, soil of the same texture as the sodbed shall be used to fill all cracks between sod strips. The level of the fill soil shall not exceed the soil level of the sod. D. After the sodding operation has been completed, the edges of the sodded area shall be smooth and shall conform with the contour of the adjacent area. On slopes greater than 3 to 1, and on any other areas designed by the Plans, the sod shall be fastened in place with wooden pegs, wire staples or any other approved device. E. Water shall be applied to all sodded areas immediately (within 1-hour) after the finishing operation has been completed. Water shall be applied at a rate sufficient to ensure that the sod is completely wetted and that the underlying soil is wetted to a depth of 4 to 6 inches. Water liberally during the first 10 days to establish grass and then as necessary to keep sod from drying out (at least 1-inch per week). Provide temporary irrigation systems in areas that permanent systems are not being installed. 3.6 ACCEPTANCE: A. Grass must be weed free, uniform, healthy, devoid of discoloration and signs of dehydration, and shall exhibit vigorous growth. B. Grass shall be firmly rooted as that sections cannot be removed. C. Following 60-day maintenance period, if grass exhibits the above qualities to the satisfaction of the OWNER, it shall be accepted. Any grasses replanted will be subject to the 60-day maintenance period commencing upon installation of the newly planted grasses. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 02938 - 5 Sodding March 5, 2016 C. Splices: Locate splices as shown. Where it is necessary to splice reinforcement at locations other than shown, splices shall be approved by Engineer. Use a minimum number of splices and locate them at points of minimum stress. Stagger splices in adjacent bars. Length of lap splices shall be in accordance with ACI 318 unless shown otherwise. D. Construction Joints: Reinforcing shall be continuous through construction joints unless detailed otherwise. E. Fabrication Tolerances: In accordance with fabrication tolerances of CRSI Standard. PART 3 EXECUTION 3.1 PREPARATION: A. Clean reinforcement free of scale, loose, or flaky rust, or other foreign material, including oil, mud, or coating that will reduce bond to concrete. 3.2 INSTALLTION: A. Install reinforcing steel in accordance with applicable codes, reviewed shop drawings and CRSI Standard for details and methods of reinforcement placement and supports. B. Installation Tolerances: Maintain tolerances in accordance with CRSI Standard. C. Interferences: If reinforcing interferes with location of other reinforcing steel, conduits, or embedded items, bars may be moved within specified tolerances or one -bar diameter, whichever is greater. If greater movement of bars is required to avoid interferences, notify Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings, or other items without approval of Engineer. D. Concrete Cover: Except as otherwise shown, provide a clear cover measured from reinforcement to face of concrete as follows: Surfaces Minimum Cover in Inches Interior not exposed to weather: Slabs and walls 3/4 Beams and girders 1-1/2 Exterior formed surfaces not in contact with earth or fresh water: Slabs and walls, #5 and smaller bars 1 Slabs and walls, #6 thru #11 bars Formed surfaces 1-1/2 Beams and girders 2 City of Lubbock NW Water Reclamation Plant Phase 1 A Concrete Reinforcement Project No. 5473 03200 - 3 March 5, 2016 Exterior formed surfaces in contact with earth or water: Slabs and walls, #5 and smaller bars 1-1/2 Slabs and walls, #6 thru #11 bars 2 Beams and girders 2-1/2 Footings: Top 2 Bottom and sides 3 Surfaces cast against and permanently exposed to earth 3 E. Placement in Forms: 1 . Use spacers, chairs, wire ties and other accessory items necessary to properly assemble space and support reinforcing. 2. Provide accessories of sufficient number, size and strength to adequately prevent deflection, or displacement, of reinforcing due to construction loads or concrete placement. 3. Use appropriate accessories to position and support bolts, anchors and other embedded items. 4. Tie reinforcing bars at intersections and to accessories. Tie alternate intersections when spacing is less than 12 inches each way. When spacing is 12 inches each way or greater, tie at each intersection. Blocking reinforcement with concrete or masonry is prohibited. F. Placement for Concrete on Ground: 1. Support reinforcement on chairs with sheet metal bases spaced at approximately 3 feet o.c. each way. Use a minimum of one support for each 9 sq. ft. Tie supports to reinforcing bars. 2. As an alternate, reinforcement may be supported on precast concrete blocks spaced at approximately 3 feet o.c. each way. Use a minimum of one block for each 9 sq. ft. Tie blocks to at least one reinforcing bar using tie wires embedded in block. G. Splices: 1. Do not splice bars, except at location shown on drawings or reviewed shop drawings, without approval of Engineer. 2. Lap Splices: Tie securely with wire to prevent displacement of splices during placement of concrete. H. Construction Joints: Place reinforcing continuous through construction joints unless detailed otherwise. City of Lubbock NW Water Reclamation Plant Phase 1 A Concrete Reinforcement Project No. 5473 03200 - 4 March 5, 2016 I. Expansion Joints: 1. Do not extend reinforcement through expansion joint. 2. Where shown or scheduled, install smooth steel bar dowels in expansion joints. Apply oil or grease to one end of dowels. J. Welded Wire Fabric: 1. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2-inch or 6-inch, whichever is larger, and lace splices with wire. 2. Do not make end laps midway between supporting beams, or directly over beams, or continuous structures. 3. Offset end laps in adjacent widths to prevent continuous laps. K. Field Bending: 1. Shape reinforcing bent during construction operations to meet requirements of the drawings. Bars shall be cold -bent; do not heat bars. 2. Closely examine reinforcing for breaks. If reinforcing is damaged, replace, Cadweld or otherwise repair as directed by Engineer. 3. Do not bend reinforcement after it is embedded in concrete. L. Welding: Welding of reinforcing bars is prohibited. 3.3 GROUTING OR REINFORCING BARS: A. When required and approved by the Engineer, use approved epoxy grout for anchoring reinforcing steel to hardened concrete in accordance with grout manufacturer's instructions. B. Drill hole in existing concrete that is %a -inch larger than diameter of reinforcing bar. Immediately, prior to installation of the reinforcing bar, clean hole free of debris using compressed air. C. Partially fill hole with epoxy. Use enough so that when bar is inserted, epoxy grout will completely fill hole around dowel. D. Dip end of reinforcing bar in epoxy and install into partially filled hole. 3.4 FIELD QUALITY CONTROL: A. Inspection of reinforcing steel installation as specified in Section 01400. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Concrete Reinforcement Project No. 5473 03200 - 5 March 5, 2016 PART 1 SECTION 03300 CAST -IN -PLACE CONCRETE GENERAL 1.1 SECTION INCLUDES: A. Cast -in -place concrete consisting of Portland cement, aggregate, water and admixtures. B. Mix design requirements. C. Formwork, reinforcement, joints and placing requirements. 1.2 REFERENCES: AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) A. ASTM A615 — Deformed and Plain Billet Steel Bars for Concrete Reinforcement. B. ASTM C31 — Making and Curing Concrete Test Specimens in the Field. C. ASTM C33 — Concrete Aggregates. D. ASTM C39 — Compressive Strength of Cylindrical Concrete Specimens. E. ASTM C94 — (1986; Rev. b) Ready -Mixed Concrete. F. ASTM C143 — Slump of Portland Cement Concrete. G. ASTM C172 — Sampling Freshly Mixed Concrete. H. ASTM C173 — Air Content of Freshly Mixed Concrete by the Volumetric Method. 1.3 SUBMITTALS: A. Section 01300 — Submittals: Procedures for submittals. B. Certificates: Mill certificates for bulk cement. C. Product Data: Manufacturer's data sheets for Engineer approved additives and bonding agents. D. Submit test data on proposed design mixes for each type of concrete to be used in the project to verify that the Specification requirements are met or exceeded. City of Lubbock NW Water Reclamation Plant Phase 1 A Cast -In -Place Concrete Project No. 5473 03300 - 1 March 5, 2016 1.4 QUALITY ASSURANCE: A. Project Controls: Provide necessary controls during evaluation of material, mix designs, production and delivery of concrete, placement, compaction, finishing and curing necessary to assure that work will be accomplished in such a manner to produce the work in accordance with contract documents. 1.5 DELIVERY, STORAGE AND HANDLING: A. Materials shall be delivered, stored and handled in a manner to prevent deterioration, contamination, or any other circumstances that would be harmful to cast -in -place concrete. 1.6 PROJECT CONDITIONS: A. Do not place concrete during rain, sleet, or snow unless protection is provided and approved by the Engineer. B. Coordinate concrete placement schedule with other related work. C. Notify Engineer at least 24 hours before placement. PART 2 PRODUCTS 2.1 MATERIALS: A. Cement: ASTM C94, Type 1 Cement, unless approved by the Engineer. Only one brand of any one type of cement shall be used for exposed concrete surfaces of any individual structure. B. Fine Aggregate: Aggregate meeting the requirements of ASTM C33. C. Coarse Aggregate: Aggregate sizes No. 467 or No. 57 according to ASTM C33, or as approved by the Engineer. D. Water: Potable water free from detrimental chemicals and solids that will decrease the strength of the concrete. E. Embedded Items: Embedded items shall be of the size and type shown, or as needed for the application. F. Curing Materials: Curing materials shall be burlap, impervious sheets, or membrane -forming compounds. G. Dowels: Plain carbon steel bars, minimum yield point of 40,000 psi for use in slabs on grade. H. Expansion Joint Filler Strips: Pre -molded, non -extruding, resilient, bituminous or non bituminous type for use in concrete paving or construction, thickness as shown. City of Lubbock NW Water Reclamation Plant Phase 1 A Cast -In -Place Concrete Project No. 5473 03300 - 2 March 5, 2016 Form materials: Wood, metal, or other Engineer approved materials that will produce the specified finishes without adversely affecting the concrete surfaces. J. Form Coating: Non -staining form oil or form -release agent that will not deleteriously affect concrete surfaces nor impair subsequent applications. K. Form Ties: Metal, factory -fabricated, removable snap -off type, that will not have holes less than '/<-inch nor more than 1-inch deep and not more than 1 inch in diameter. L. Joint Sealant: As shown or approved by Engineer for sealing joints in concrete against moisture infiltration. M. Reinforcement: Bar reinforcement shall be deformed, grade 60 conforming to ASTM A615. Mesh reinforcement shall be welded wire fabric with wires at right angles to each other. N. Bonding Agent: As approved by Engineer. O. Admixtures: Air -entraining, retarders and other admixtures as approved by Engineer. 2.2 MIX DESIGN: A. Concrete Class: Concrete mixes shall be proportioned to obtain the following characteristics: 1. Class "A": Minimum compressive strength of 3000 psi in 28 days with a minimum of 5 bags of cement per cubic yard. 2. Class "B": Minimum compressive strength of 2500 psi in 28 days with a minimum of 4 bags of cement per cubic yard. B. All concrete shall be Class "A", unless specified otherwise. C. Air Content: Total air content of exterior concrete shall be maintained at 5 to 7 percent by volume of concrete. D. Slump: Slump shall be 3 to 5 inches. If admixtures are used, slump shall be as approved by Engineer. 2.3 STORAGE: A. Materials shall be stored so as not to deteriorate or become contaminated. PART 3 EXECUTION 3.1 FORMWORK: A. Formwork shall be made mortar tight, properly aligned and adequately supported to produce concrete conforming accurately to the indicated City of Lubbock NW Water Reclamation Plant Phase 1 A Cast -In -Place Concrete Project No. 5473 03300 - 3 March 5, 2016 shapes, lines, dimensions and to surfaces free of offsets, waviness, or bulges. B. Unless otherwise shown, exposed external corners shall be chamfered, beveled, or rounded by moldings placed in the forms. Chamfer shall be 1- inch nominal. C. Surfaces shall be thoroughly cleaned and coated before each use. D. Forms shall be removed at a time and in a manner that will not damage the concrete. 3.2 REINFORCEMENT: A. Reinforcement shall be fabricated to the shapes required. B. Reinforcement shall be interrupted 2 inches clear on each side or expansion joints. C. Reinforcement shall be continuous through contraction and construction joints. D. Supports fabricated of plastic, or other Engineer approved material, shall be used to support reinforcement during placing operations. E. Dowels and tie bars shall be installed at right angles to joints, accurately aligned parallel to the finished surface and rigidly held in place and supported during concrete placement. F. One end of dowel shall be oiled and greased. 3.3 INSTALLATION OF ANCHORAGE ITEMS: A. Installation of anchorage items shall be as shown or required to ensure sufficient anchorage for purpose intended. 3.4 JOINTS: A. Contraction Joints: Joints shall be installed as specified or shown. B. Expansion Joints: Joints shall be installed as specified or shown. C. Construction Joints: Construction joints shall be located as shown or approved by the Engineer. 3.5 PLACING: A. Surfaces to receive concrete shall be clean and free from frost, ice, mud and water. B. Concrete may be placed directly on impervious surfaces that are thoroughly moistened but not muddy. City of Lubbock NW Water Reclamation Plant Phase 1 A Cast -In -Place Concrete ` Project No. 5473 03300 - 4 March 5, 2016 C. During cold weather, in -place concrete shall be protected from freezing weather, throughout the curing period. D. During hot weather, a retarder may be used if approved by the Engineer. E. Concrete to receive other construction shall be struck to the proper level leaving a textured surface to receive the additional construction. 3.6 CONSOLIDATION OF CONCRETE: A. Except for slabs 4 inches or less, each layer of concrete shall be consolidated with internal concrete vibrators supplemented by hand spading, rodding and tamping. B. Vibrating equipment shall be adequate to thoroughly consolidate the concrete. C. Concrete in slabs 4 inches and less shall be consolidated by compacting and screening. 3.7 FINISHING CONCRETE: A. Formed Surfaces: 1. Fins and loose material shall be removed. 2. Unsound concrete, voids over %2-inch in diameter, and tie -rod and bolt holes shall be cut back to solid concrete, reamed, brush -coated with cement grout and filled solid with a stiff Portland -cement -sand mortar mix. 3. Patchwork shall be finished with adjoining concrete surfaces and, where exposed, shall match adjoining surfaces in texture and color. B. Unformed Surfaces: 1. Surfaces shall be finished to a true place with no deviation exceeding 5/16 inch when tested with a 10-foot straightedge. 2. Surfaces shall be screened and floated to the required finish level with no coarse aggregate visible before finishing as specified below. C. Monolithic Finish: 1. Monolithic finish shall be given to flatwork unless otherwise specified. 2. After the surface moisture has disappeared, floated surfaces shall be steel -toweled to a smooth, even, dense finish, free from blemish, including trowel marks. City of Lubbock NW Water Reclamation Plant Phase 1 A Cast -In -Place Concrete Project No. 5473 03300 - 5 March 5, 2016 3.8 CURING: A. Curing shall start as soon as free water has disappeared from concrete surfaces after placing and finishing. B. Curing materials shall be applied and maintained so as to protect the concrete from moisture loss for 7 days. C. Curing shall be accomplished by impervious sheet or membrane -forming curing compound. D. Concrete surfaces shall be thoroughly wetted before covering with impervious sheet materials. E. Membrane -forming curing compound shall be applied with mechanical spraying equipment at a coverage rate as recommended by manufacturer. F. Curing compound shall not be used on surfaces receiving applications depending on adhesion or bonding. 3.9 TESTING: A. The frequency and type of tests shall be determined by the Engineer. B. Aggregates: Aggregates shall be sampled and tested in accordance with ASTM C33. C. Sampling of concrete: Samples of concrete for air, slump, unit weight and strength tests shall be taken in accordance with ASTM C172. D. Air Content: Tests for air content shall be performed in accordance with ASTM C173. E. Slump: Slump tests shall be performed in accordance with ASTM C143. F. Cylinders: Cylinders shall be molded and cured according to ASTM C31 and tested in accordance with ASTM C39. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Cast -In -Place Concrete Project No. 5473 03300 - 6 March 5, 2016 SECTION 03600 GROUT PART1 GENERAL 1.1 SECTION INCLUDES: A. Grout for leveling column base plates, steel beams bearing on masonry, machinery and other equipment and/or accessories. 1.2 REFERENCES: A. ASTM C33 - Concrete Aggregates. B. ASTM C109 - Compressive Strength of Hydraulic Cement Mortars. C. ASTM C230 - Flow Table for use in Test of Hydraulic Cement. D. CRD-C-611 - Methods of Test for Flow of Grout Mixtures (Flow -Cone Method). E. CRD-C-621 - Specification for Non -Shrink Grout. 1.3 SUBMITTALS: A. Procedures for Submittals: Section 01300. B. Product Data: Manufacturer's product data sheets. C. Quality Control Submittals: For information only. 1. Certification: Manufacturer's certification, or certified laboratory test reports, confirming that materials meet specification requirements. 2. Installation instructions. 1.4 DELIVERY, STORAGE AND HANDLING: A. Deliver non -shrink grout to project site in unopened containers with manufacturer's labels intact. B. Store non -shrink grout material in dry shelter and protect from moisture. C. Containers that are torn or damaged such that non -shrink grout material has been exposed to elements shall be discarded. PART 2 PRODUCTS 2.1 MANUFACTURERS: A. Products of the following manufacturers are acceptable subject to meeting specification requirements: City of Lubbock NW Water Reclamation Plant Phase 1 A Grout Project No. 5473 03600 - 1 March 5, 2016 1. Cormix Construction Chemicals (Gifford -Hill). 2. Dayton Superior Corp. 3. Euclid Chemical Co. 4. Five Star Products, Inc. 5. L&M Construction Chemicals. 6. Master Builders. 7. Symons. B. Substitutions: Under provision of Section 01600. 2.2 NON -SHRINK GROUT: A. Qualities: Premixed, non-metallic, non -shrink grout material manufactured under rigid quality control, especially for use in transferring heavy loads. 1 . Non-metallic natural aggregate, non -staining and noncorrosive. 2. Resist attack by oil and water. 3. Minimum initial setting time of approximately one hour at 70 degrees Fahrenheit. 4. Minimum compressive strength of 8500 psi at 28 days when placed at a fluid consistency. 5. Free of gas -producing or gas -releasing agents. 6. Not greater than .04 expansion at 3, 14 and 28 days. Expansion at 28 days not less than expansion at 3 and 14 days. B. Standards: 1. Overall Product: CRD-C-621. 2. Compressive Strength: ASTM C109, 2 inch cubes. 3. Bleed Performance: CRD-C-611. 4. Flow Factor: ASTM C230. 2.3 RELATED MATERIALS: A. Water: Potable. B. Pea Gravel: Clean pea gravel, ASTM C33, coarse aggregate graded so that at least 90 percent passes a 3/8 inch sieve and 90 percent is retained by a No. 4 sieve. City of Lubbock NW Water Reclamation Plant Phase 1 A Grout Project No. 5473 03600 - 2 March 5, 2016 C. Membrane -Forming Curing Compound: As specified in Section 03300. 2.4 MIXING: A. Mix materials in accordance with manufacturer's instructions. B. Mix as close to area to be grouted as possible. Provide adequate means to transport mixed grout as quickly as possible, and in manner to prevent segregation. C. No more grout shall be mixed at one time than can be placed in a period of 15 minutes. After grout has been mixed, do not re -temper by adding additional water. D. For less than a 4-inch clearance, or where size or shape of space makes grouting difficult, grout mix shall consist of grout material and water. E. For greater than 4-inch clearances where coarse aggregate will not obstruct free passage of grout, grout may be extended by adding clean pea gravel if allowed or recommended by the grout manufacturer. Follow manufacturer's recommendation for maximum amount of pea gravel that may be added to mixture. F. Use minimum amount of water necessary to produce a flowable grout without causing either segregation or bleeding. PART 3 EXECUTION 3.1 PROCEDURES: A. Installation methods and procedures shall conform to the printed instructions of the grout manufacturer and these specifications. Where there is a conflict between these specifications and the printed instructions of the grout manufacturer, the printed instructions of the grout manufacturer shall take precedence. 3.2 PREPARATION: A. Remove defective concrete, laitance, dirt, oil, grease and other foreign material from concrete surfaces by bush -hammering, chipping, or other similar means, until a second clean concrete surface is achieved. B. Lightly roughen concrete, but not enough to interfere with proper placement of grout. C. Remove foreign materials from surfaces in contact with grout. D. Align, level and maintain final positioning of components to be grouted. Coat shim with a thin film of grease or wax to facilitate removal. E. Provide relief holes to avoid trapping air beneath base plate. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 03600 - 3 Grout March 5, 2016 F. Take special precautions during extreme weather conditions according to the manufacturer's written instructions. G. Saturate concrete surfaces with clean water for period of time specified by manufacturer. Remove excess water just prior to grouting. H. Immediately prior to grouting, clean surfaces free of contaminates. 3.3 FORMWORK: A. Build leak proof forms that are strong and securely anchored and shored to withstand grout pressures. Build forms high enough to provide a "head" of grout where it is required to force grout into difficult locations. B. Provide enough clearance between formwork and areas to be grouted to permit proper placement of grout. 3.4 PLACING: A. Place grout in accordance with manufacturer's instructions. B. Place non -shrink grouting material quickly and continuously by most practical means permissible; pouring, pumping, or under gravity pressure. Do not use either pneumatic -pressure or dry packing methods without authorization of Engineer. C. When practical, apply grout from one side only to avoid entrapping air. D. Final installation shall be thoroughly compacted and free from air pockets. To facilitate placement, a %2- to 1-inch chain or metal strap may be pulled back and forth under the equipment during grouting. Remove chain or strap before initial set takes place. E. Do not vibrate place grout mixture or allow it to be placed if area is being vibrated by nearby equipment, except when approved by grout manufacturer. F. Do not remove leveling shims for at least 48 hours after grout has been placed. After shims have been removed, fill voids with non -shrink grout. 3.5 CURING: A. Cure grout for 3 days at a temperature of not less than 50 Fahrenheit after placing by keeping wet and covered with curing paper, by coating with a concrete membrane -forming curing compound, or by other approved methods. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Grout Project No. 5473 03600 - 4 March 5, 2016 b. Fabricated and tested in accordance with ASTM C443. C. Maximum joint pull shall not exceed one-half manufacturer's recommendations. Joints requiring deflections greater than one-half shall utilize elbows or beveled joints. 3. Lifting holes shall not be permitted. B. Concrete Materials: 1. Portland Cement: ASTM C150, Type II. 2. Concrete Mixture: Contain not less than 564 pounds of cementitious materials per cubic yard with a combination of Portland cement and fly ash where the fly ash is not greater than 10 percent by weight of total cementitious materials. 3. Steel Reinforcement: ASTM C76, circular in shape. 4. Chemical Admixtures: Comply with ASTM C494 and shall not contained calcium chloride. 2.2 MARKING: A. All items furnished under this section shall be clearly marked by waterproof paint, indentation, or as approved by the ENGINEER, with the following information: 1. Name or trademark of the manufacturer. 2. Pipe class and specification designation with size and length dimensions. 3. Date and place of manufacture. 4. Pipe 24 inches and larger shall also be marked on its interior as above. 2.3 SOURCE QUALITY CONTROL: A. Proof of Design: 1 . Plant hydrostatic tests on pipe shall be made in accordance with the provisions of ASTM C497. Before the test pressure is applied, the pipe shall be allowed to stand under a pressure of at least 10 psi for at least 3 hours. 2. Acceptance hydrostatic tests shall be made to 20 psi. The pipe shall withstand the working pressure prescribed above for at least 20 minutes without cracking and with no leakage appearing on the exterior surface. City of Lubbock Piping System, NW Water Reclamation Plant Phase 1 A Reinforced Concrete Pipe Project No. 5473 15023 - 4 March 5, 2016 3. Moisture appearing on the surface of the pipe in the form of patches or beads adhering to the surface will not be considered as leakage. 4. Slow -forming beads of water that result in minor dripping which can be proven to seal and dry up upon retesting under the prescribed test pressure will be considered acceptable. 5. One joint, consisting of a bell and spigot, shall be joint shear tested to a differential load of 4000 (pounds) times the pipe diameter (feet) without any signs of distress. PART 3 EXECUTION 3.1 INSTALLATION: Install piping system as shown on the Drawings, in accordance with the manufacturer's instructions, and as described in Division 02 Section 02080 "Piped Utilities, Basic Materials and Methods." Testing shall be by Low Pressure Air Joint Test per Section 15002, Paragraph 3.01 , Item B. If joint fails the test, the pipe shall be adjusted and retested. If joint fails the test a second time, the pipe shall be replaced with a pipe material that will pass the test. 3.2 FIELD QUALITY CONTROL: A. Pressure test piping systems in accordance with Division 15 Section 15002 "Field Testing of Piping Systems." 3.3 PIPING SCHEDULE: A. Piping Schedule is provided in the Drawings. END OF SECTION City of Lubbock Piping System, NW Water Reclamation Plant Phase 1 A Reinforced Concrete Pipe Project No. 5473 15023 - 5 March 5, 2016 SECTION 15024 PIPING SYSTEM, FIBERGLASS SEWER PIPE PART1 GENERAL 1.1 SECTION INCLUDES: A. Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe. (CCFRPM). 1.2 REFERENCES: A. ASTM D3262 — Standard Specification for "Fiberglass" (Glass -Fiber - Reinforced Thermosetting -Resin) Sewer Pipe. B. ASTM D4161 — Standard Specification for "Fiberglass" (Glass -Fiber - Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals. C. ASTM D2412 — Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. D. ASTM D3681 — Standard Test Method for Chemical Resistance of "Fiber glass" Pipe in a Deflected Condition. E. ASTM D638 — Test Method for Tensile Properties of Plastics. 1.3 SPECIFICATIONS: A. The specifications contained herein govern. 1.4 SUBMITTALS: A. Comply with the submittal requirements of Division 01 and the following: 1. Provide information on concrete mix designs, pipe classes, wall thickness, reinforced gasket type, and joint construction. 2. Provide information for joint and gasket compliance with ASTM C443. 3. Certificate of Adequacy of Design: Provide a certificate of adequacy of design showing the necessary provisions required in the design of the pipe to comply with this Section. a. Include in the pipe layout drawings and data where special provisions are required. b. Special provisions shall include, but not be limited to, closure pieces, beveled pipe, manhole pipe sections, special modified designs for special D-loads, adaptor pieces, and related work. City of Lubbock NW Water Reclamation Plant Phase 1 A Piping System, Fiberglass Sewer Pipe Project No. 5473 15024 - 1 March 5, 2016 C. Certificate of Adequacy of Design shall be sealed by a Registered Professional Engineer in the state where the Project is to be constructed. B. Shop Drawings: Provide shop drawings for piping systems, organized by individual piping systems. Prepare drawings to scale (1 /4" = 1-foot 0-inch minimum), with the following information: 1. Type of piping including materials and weights. A code or key to product data sheet may be used. 2. Location and type of joints. C. Before starting fabrication, CONTRACTOR shall provide ENGINEER, with pipe design calculations, which shall incorporate the following information: 1 . Laying plan identifying details of standard pipe section. 2. Piping components shall be numbered or otherwise sequence designated. 3. Outlets shall be made up into special lengths so that, when installed, they will be located as indicated. 4. Each pipe shall be marked indicating class of pipe and location number in laying plan. Markings shall be coded to the shop drawing. PART PRODUCTS 2.1 MATERIALS: A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally effect the performance of the product. E. Elastomeric Gaskets: Gaskets shall meet ASTM F477 and be supplied by qualified gasket manufacturers and be suitable for the service intended. City of Lubbock NW Water Reclamation Plant Phase 1 A Piping System, Fiberglass Sewer Pipe Project No. 5473 15024 - 2 March 5, 2016 2.2 MANUFACTURE AND CONSTRUCTION: A. Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion -resistant, consistent composite structure. The interior surface of the pipes exposed to sewer flow shall provide crack resistance and abrasion resistance. The exterior surface of the pipes shall be comprised of a sand and resin layer which provides UV protection to the exterior. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as the sole means to maintain joint water tightness. The joints must meet the performance requirements of ASTM D4161 . Joints at tie-ins, when needed, may utilize gasket -sealed closure couplings. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass -fiber -reinforced overlays. Properly protected standard ductile iron, fusion -bonded epoxy- coated steel and stainless steel fittings may also be used. D. Acceptable Manufacturer: HOBAS Pipe USA. 2.3 DIMENSIONS: A. Diameters: The actual outside diameter (18" to 48") of the pipes shall be in accordance with ASTM D3262. For other diameters, OD's shall be per manufacturer's literature. B. Lengths: Pipe shall be supplied in nominal lengths of 20 feet. Actual laying length shall be nominal + 1, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. C. Wall Thickness: The minimum wall thickness shall be the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". E. Pipe Stiffness: The following pipe stiffness's shall be used: 1. 20-feet of cover or less — SN 46 2. Greater than 20-feet of cover — SN 72 2.4 TESTING: A. Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. B. Joints: Coupling joints shall meet the requirements of ASTM D4161 . �. City of Lubbock NW Water Reclamation Plant Phase 1 A Piping System, Fiberglass Sewer Pipe Project No. 5473 15024 - 3 March 5, 2016 SECTION 15030 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) PRESSURE PIPE PART 1 GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY: A. Section provides requirements for PVC piping systems for exposed and buried applications, pressure and gravity applications and includes: 1. Polyvinyl chloride (PVC) pipe and fittings in sizes 1/2-inch through 36-inch. 2. Polyvinyl Chloride (PVC) pipe and fittings. 1.3 REFERENCES: A. References: 1. American Waterworks Association (AWWA): a. C110 — Standard for Ductile -Iron and Gray -Iron Fittings, 3 In. Through 48 In. (76 mm Through 1,219 mm) for Water. b. C1 11 — American National Standard for Rubber Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe and Fittings. C. C153 — Ductile -Iron Compact Fittings for Water Service. d. C219 — Standard for Bolted, Sleeve -Type Couplings for Plain - End Pipe. e. C905 — Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. — 48 in. (350 mm-1,200 mm). f. F477 — Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. g. F1417 — Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air h. F1668 — Guide for Construction Procedures for Buried Plastic Pipe. City of Lubbock Piping System, Polyvinyl Chloride (PVC) and Chlorinated NW Water Reclamation Plant Phase 1A Polyvinyl Chloride (CPVC) Pressure Pipe Project No. 5473 15030 - 1 March 5, 2016 L F1674 — Test Method for Joint Restraint Products Used With PVC Pipe. 2. ASTM International, Inc. (ASTM): a. D2241 — Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Pressure -Rated Pipe (SDR Series). b. F442 — Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe (SDR-PR). C. F477 — Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. d. F679 — Specification for Poly (Vinyl Chloride)(PVC) Large - Diameter Gravity Sewer Pipe and Fittings. e. F794 — Specification for Poly (Vinyl Chloride)(PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. f. F891 — Specification for Coextruded Poly (Vinyl Chloride)(PVC) Plastic Pipe With a Cellular Core. 3. National Sanitation Foundation (NSF): a. NSF/ANSI 61 — Drinking Water Systems Components — Health Effects. 1.4 SUBMITTALS: A. Comply with the submittal requirements of Division 01 and the following: 1. Provide information on concrete mix designs, pipe classes, wall thickness, reinforced gasket type, and joint construction. 2. Certificate of Adequacy of Design: Provide a certificate of adequacy of design showing the necessary provisions required in the design of the pipe to comply with this Section. a. Include in the pipe layout drawings and data where special provisions are required. b. Special provisions shall include, but not be limited to, closure pieces, beveled pipe, manhole pipe sections, special modified designs for special D-loads, adaptor pieces, and related work. C. Certificate of Adequacy of Design shall be sealed by a Registered Professional Engineer in the state where the Project is to be constructed. City of Lubbock Piping System, Polyvinyl Chloride (PVC) and Chlorinated NW Water Reclamation Plant Phase 1 A Polyvinyl Chloride (CPVC) Pressure Pipe Project No. 5473 15030 - 2 March 5, 2016 f z { B. Shop Drawings: Provide shop drawings for piping systems, organized by individual piping systems. Prepare drawings to scale (1 /4" = 1-foot 0-inch minimum), with the following information: 1. Type of piping including materials and weights. A code or key to product data sheet may be used. 2. Location and type of joints. #' C. Before starting fabrication, CONTRACTOR shall provide ENGINEER, with pipe design calculations, which shall incorporate the following information: 1 . Laying plan identifying details of standard pipe section. 2. Piping components shall be numbered or otherwise sequence designated. 3. Outlets shall be made up into special lengths so that, when installed, ; aj they will be located as indicated. 4. Each pipe shall be marked indicating class of pipe and location number in laying plan. Markings shall be coded to the shop drawing. PART PRODUCTS 2.1 PVC PIPE AND FITTINGS, GRAVITY SEWER AND DRAIN: A. PVC Sewer Pipe and Fittings, NPS 18 and Larger: ASTM F 679, T-1 wall thickness, with bell -and -spigot ends for gasketed joints with ASTM F 477, elastomeric seals. 2.2 JOINING MATERIALS: A. Plastic Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. 2.3 PIPING SPECIALTIES: A. Transition Fittings: Manufactured fitting or coupling same size as, with pressure rating at least equal to and ends compatible with, piping to be joined. B. Tubular -Sleeve Pipe Couplings: 1. Description: Metal, bolted, sleeve -type, reducing or transition coupling, with center sleeve, gaskets, end rings, and bolt fasteners and with ends of same sizes as piping to be joined. a. Standard: AWWA C219. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 Piping System, Polyvinyl Chloride (PVC) and Chlorinated Polyvinyl Chloride (CPVC) Pressure Pipe 15030 - 3 March 5, 2016 I 2.4 CORROSION -PROTECTION PIPE FITTINGS ENCASEMENT: A. Encasement for Underground Metal Pipe Fittings: ASTM A 674 or AWWA C105. 1. Form: Sheet or tube. 2. Material: LLDPE film of 0.008-inch minimum thickness or high - density, cross -laminated PE film of 0.004-inch minimum thickness. 3. Color: Black. PART 3 EXECUTION 3.1 INSTALLATION, CLEANING, AND TESTING: A. Comply with the requirements of Division 2 Section 02080 "Piped Utilities, Basic Materials and Methods." Testing shall be per Division 15 Section 15002 "Field Testing of Piping Systems." END OF SECTION City of Lubbock Piping System, Polyvinyl Chloride (PVC) and Chlorinated NW Water Reclamation Plant Phase 1 A Polyvinyl Chloride (CPVC) Pressure Pipe Project No. 5473 15030 - 4 March 5, 2016 I_1=4L,101M"., SUBSURFACE INVESTIGATION C. During cold weather, in -place concrete shall be protected from freezing weather, throughout the curing period. D. During hot weather, a retarder may be used if approved by the Engineer. E. Concrete to receive other construction shall be struck to the proper level leaving a textured surface to receive the additional construction. 3.6 CONSOLIDATION OF CONCRETE: A. Except for slabs 4 inches or less, each layer of concrete shall be consolidated with internal concrete vibrators supplemented by hand spading, rodding and tamping. B. Vibrating equipment shall be adequate to thoroughly consolidate the concrete. C. Concrete in slabs 4 inches and less shall be consolidated by compacting and screening. 3.7 FINISHING CONCRETE: A. Formed Surfaces: 1. Fins and loose material shall be removed. 2. Unsound concrete, voids over '/2-inch in diameter, and tie -rod and bolt holes shall be cut back to solid concrete, reamed, brush -coated with cement grout and filled solid with a stiff Portland -cement -sand mortar mix. 3. Patchwork shall be finished with adjoining concrete surfaces and, where exposed, shall match adjoining surfaces in texture and color. B. Unformed Surfaces: 1. Surfaces shall be finished to a true place with no deviation exceeding 5/16 inch when tested with a 10-foot straightedge. 2. Surfaces shall be screened and floated to the required finish level with no coarse aggregate visible before finishing as specified below. C. Monolithic Finish: 1. Monolithic finish shall be given to flatwork unless otherwise specified. 2. After the surface moisture has disappeared, floated surfaces shall be steel -toweled to a smooth, even, dense finish, free from blemish, including trowel marks. City of Lubbock NW Water Reclamation Plant Phase 1 A Cast -In -Place Concrete Project No. 5473 03300 - 5 March 5, 2016 1. Cormix Construction Chemicals (Gifford -Hill)• 2. Dayton Superior Corp. 3. Euclid Chemical Co. 4. Five Star Products, Inc. 5. L&M Construction Chemicals. 6. Master Builders. 7. Symons. B. Substitutions: Under provision of Section 01600. 2.2 NON -SHRINK GROUT: A. Qualities: Premixed, non-metallic, non -shrink grout material manufactured under rigid quality control, especially for use in transferring heavy loads. 1 . Non-metallic natural aggregate, non -staining and noncorrosive. 2. Resist attack by oil and water. 3. Minimum initial setting time of approximately one hour at 70 degrees Fahrenheit. 4. Minimum compressive strength of 8500 psi at 28 days when placed at a fluid consistency. 5. Free of gas -producing or gas -releasing agents. 6. Not greater than .04 expansion at 3, 14 and 28 days. Expansion at 28 days not less than expansion at 3 and 14 days. B. Standards: 1. Overall Product: CRD-C-621. 2. Compressive Strength: ASTM C109, 2 inch cubes. 3. Bleed Performance: CRD-C-611. 4. Flow Factor: ASTM C230. 2.3 RELATED MATERIALS: A. Water: Potable. B. Pea Gravel: Clean pea gravel, ASTM C33, coarse aggregate graded so that at least 90 percent passes a 3/8 inch sieve and 90 percent is retained by a No. 4 sieve. City of Lubbock NW Water Reclamation Plant Phase 1 A Grout Project No. 5473 03600 - 2 March 5, 2016 C. Membrane -Forming Curing Compound: As specified in Section 03300. 2.4 MIXING: A. Mix materials in accordance with manufacturer's instructions. B. Mix as close to area to be grouted as possible. Provide adequate means to transport mixed grout as quickly as possible, and in manner to prevent segregation. C. No more grout shall be mixed at one time than can be placed in a period of 15 minutes. After grout has been mixed, do not re -temper by adding additional water. D. For less than a 4-inch clearance, or where size or shape of space makes grouting difficult, grout mix shall consist of grout material and water. E. For greater than 4-inch clearances where coarse aggregate will not obstruct free passage of grout, grout may be extended by adding clean pea gravel if allowed or recommended by the grout manufacturer. Follow manufacturer's recommendation for maximum amount of pea gravel that may be added to mixture. F. Use minimum amount of water necessary to produce a flowable grout without causing either segregation or bleeding. PART 3 EXECUTION 3.1 PROCEDURES: A. Installation methods and procedures shall conform to the printed instructions of the grout manufacturer and these specifications. Where there is a conflict between these specifications and the printed instructions of the grout manufacturer, the printed instructions of the grout manufacturer shall take precedence. 3.2 PREPARATION: A. Remove defective concrete, laitance, dirt, oil, grease and other foreign material from concrete surfaces by bush -hammering, chipping, or other similar means, until a second clean concrete surface is achieved. B. Lightly roughen concrete, but not enough to interfere with proper placement of grout. C. Remove foreign materials from surfaces in contact with grout. D. Align, level and maintain final positioning of components to be grouted. Coat shim with a thin film of grease or wax to facilitate removal. E. Provide relief holes to avoid trapping air beneath base plate. City of Lubbock NW Water Reclamation Plant Phase 1 A Project No. 5473 03600 - 3 Grout March 5, 2016 F. Take special precautions during extreme weather conditions according to the manufacturer's written instructions. G. Saturate concrete surfaces with clean water for period of time specified by manufacturer. Remove excess water just prior to grouting. H. Immediately prior to grouting, clean surfaces free of contaminates. 3.3 FORMWORK: A. Build leak proof forms that are strong and securely anchored and shored to withstand grout pressures. Build forms high enough to provide a "head" of grout where it is required to force grout into difficult locations. B. Provide enough clearance between formwork and areas to be grouted to permit proper placement of grout. 3.4 PLACING: A. Place grout in accordance with manufacturer's instructions. B. Place non -shrink grouting material quickly and continuously by most practical means permissible; pouring, pumping, or under gravity pressure. Do not use either pneumatic -pressure or dry packing methods without authorization of Engineer. C. When practical, apply grout from one side only to avoid entrapping air. D. Final installation shall be thoroughly compacted and free from air pockets. To facilitate placement, a ''/z- to 1-inch chain or metal strap may be pulled back and forth under the equipment during grouting. Remove chain or strap before initial set takes place. E. Do not vibrate place grout mixture or allow it to be placed if area is being vibrated by nearby equipment, except when approved by grout manufacturer. F. Do not remove leveling shims for at least 48 hours after grout has been placed. After shims have been removed, fill voids with non -shrink grout. 3.5 CURING: A. Cure grout for 3 days at a temperature of not less than 50 Fahrenheit after placing by keeping wet and covered with curing paper, by coating with a concrete membrane -forming curing compound, or by other approved methods. END OF SECTION City of Lubbock NW Water Reclamation Plant Phase 1 A Grout Project No. 5473 03600 - 4 March 5, 2016 eNT Enprotec / Hibbs & Todd May 7, 2014 Mr. David Gudal, P.E. Alan Plummer Associates, Inc. 1320 South University Drive, Suite 300 Fort Worth, Texas 76107 Re: Boring Log Information NW Water Reclamation Plant Offsite Pipelines City of Lubbock, Texas Project No.12-5473 Dear Mr. Gudal: EnproteclHibbs & Todd, Inc. (eHT) has performed a subsurface investigation at the above referenced project. The scope of the exploration and analysis to be performed by el -IT included a site reconnaissance, the subsurface exploration, and field and laboratory testing. Boring Logs and Soil Classification Test results are attached. If there are any questions, please do not hesitate to call. Sincerely, EnproteclHibbs & Todd, Inc, G. Scott Yungblut, P.E. Geotechnical Engineer Attachments Abilene Office L 402 Cedar Abilene, Texas 79601 P.O. Box 3097 Abilene, Texas 79604 325.698.65601325.691.0058 fax Environmental, Civil & Geotechnical Engineers Lubbock Office 6310 Genoa Avenue, Suite E Lubbock, Texas 79424 806.794.11001806.794.0778 fax Granbury Office 2901 Glen Rose Hwy, Suite 107 Granbury, Texas 76048 817,579.6791 1817.579.8491 fax Plano Office One Preston Park 2301 Ohio Drive, Suite 105 Plano, Texas 75093 972.599.34801972.599.3513 fax www.e-ht.com PE Firm Registration No. 1151 PG Firm Registration No. 50103 RPLS Firm Registration Nos.10011900 & 10007300 No Text I 1-7 e NORTHWEST WATER RECLAMATION PLANT OFFSITE PIPELINES CITY OF LUBBOCK, TEXAS SUMMARY OF CLASSIFICATION TESTS Boring No. Depth (ft) Liquid Limit % Plasticity Index % Passing #200 Mesh Sieve Water Content % USCS B-101 13%-15' 49 30 70 21.7 CL B-102 28%-30' 41 24 12 15.3 SC B-104 4-6' 25 12 46 8.5 SC B-106 38%-40' --- non -plastic 25 13.8 SM B-108 24 34 18 65 10.5 CL B-110 18'/z-20' 79 48 39 27.6 SC B-112 8'/2-10' 41 24 77 10.2 CL B-114 23'/z-25' 42 25 31 9.7 SC B-116 13'/z-15' 41 24 16 7.9 SC OP-1 2-4 28 14 45 10.2 SC OP-3 4-6' 25 13 39 6.4 SC OP-6 13'/z-15' -- - non -plastic 29 7.9 SM OP-7 28%-30' 50 31 80 17.4 C L-C H OP-8 18'/2-20' 67 43 51 21.1 CH OP-9 8-10' 47 28 61 15.6 CL AM SIM ENPROTECIHIBBS &TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 4 2 cedar SA'.w Abdo . Tn N601 (325) 698.5%0 Flan Rni."d— No. 115, LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 13, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY 1 i -i Boring No.: B-101 f-7 TEXAS CONE PENETROMETER Q z W MATERIAL DESCRIPTION U) O U) = m a. p WO 1st 2nd W 6e 6"a. W >_ 0z a c o BROWN FINE SANDY CLAY (FILL) ST 4.5+ BROWN FINE SANDY CLAY (WITH GRAVEL) ST BROWN FINE SANDY CLAY 4.5+ 5 ST 4.5+ ST 4.5+ LIGHT BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES ST 4.5+ 10 / 5 20 5 30 5 40 5 SS LIGHT BROWN FINE SANDY CLAY 15 4e LIGHT RED -BROWN CLAYEY SILTY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 50/6' SS 50 / 6" TAN CLAYEY SAND WITH CALCAREOUS NODULES (SLIGHTLY CEMENTED) SS 50/5" SS 59 - LARGER GRAVEL BELOW 42' LIGHT TAN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 28 SS 87/9' SS 69 50 TOTAL DEPTH OF BORING 50 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. �t WITH 6' SEAT C CI Project: OFFSITE PIPELINES Location: LUBBOCK, TEXAS l L: L� 1, eMENPROTEC/HIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING ..2 Cedw S✓eel A✓Ilene, Te 79501 (325) 590-5550 rkm Re5714-r— Nn, 115t LOG OF BORING Date: DECEMBER 13, 2013 Type: AIR ROTARY Boring No.: B-102 TEXAS CONE PENETROMETER z w MATERIAL DESCRIPTION OLL W = m a p 1st 2nd CIL W W g a o° w 6" B" 0. o LL U) U) z 0. CL Ci w o ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ 5 ST 4.5+ 10 WSTS LIGHT RED -BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES 32 5 20 5 30 RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 52 SS 57 SS LIGHT RED -BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES 76110' ; TAN CLAYEY SAND WITH CALCAREOUS NODULES SS 9219" 1 67 1 SS 25 40 RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS - SLIGHTLY CEMENTED BELOW 44' 50 / 6" 5 SS 61 1111 50 TOTAL DEPTH OF BORING 50 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. * WITH 6' SEAT 12-5473 ENPROTEC/HIBBS &TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING e"k..2 COd. SI—i Abga , Terns 16601 (323) 698-S5W Flan Repls4a9on No 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 17, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: B-103 Fl TEXAS CONE Z = a. ww a LL in >_ (0 w a-0O Q U) MATERIAL DESCRIPTION U) O OLL mw z a PENETROMETER a C7 Ill Q U) H a. 0 1 st 6' 2nd sn ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ 5 ST 4.5+ LIGHT RED -BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES SS 9 10 TAN CLAYEY SAND WITH CALCAREOUS NODULES SS 43 5 TOTAL DEPTH OF BORING 15 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 Project: OFFSITE PIPELINES Location: LUBBOCK, TEXAS f f C l_ 1, L _ L ENPROTECIHIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 Cad. -Veal ANOIMar T-. 70601 (325) 69B-5580 Flrm Ni &Vatlan Na. 1151 LOG OF BORING Date: DECEMBER 16, 2013 Type: AIR ROTARY Boring No.: B-104 TEXAS CONE PENETROMETER z W MATERIAL DESCRIPTION Cn O m a- o u_ 1st 2nd .4 r Q Ix m III sn sn a O u- U) w z a- U' 0 ST BROWN FINE SANDY CLAY 4.5+ .._ ST 4.5+ - LIGHT RED -BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES 5 ST 4.5+ ST 4.5+ ST 4.5+ TAN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS SS TAN CLAYEY SAND WITH CALCAREOUS NODULES SS LIGHT RED -BROWN CLAYEY SAND TOTAL DEPTH OF BORING 45 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. * WITH 6' SEAT 75l9" 50/5" 1* 1 19 1 1 29 1 1 20 I 1 31 I %ENPROTEC/HIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 Ceder &reel AbVe . Texas 79601 (925) sm.ss 0 Fbm R g[.I.lbe No 1161 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 17, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY C 1 Boring No.: B-105 r-t TEXAS CONE PENETROMETER w U Z w MATERIAL DESCRIPTION h rn O O == m a LL p 1st 2nd W } Q m w firr fin a w ou- (0 Cl) za G 17 ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ ST 4.5+ V115 LIGHT BROWN FINE SANDY CLAY 4.0 ST ST 4.0 Io 5 SS TAN CLAYEY SAND WITH CALCAREOUS NODULES 34 SS 44 20 5 30 TAN SILTY SAND SS 25 TAN CLAYEY SAND WITH CALCAREOUS NODULES SS 41 SS 25 5 40 LIGHT RED -BROWN CLAYEY SILTY SAND WITH TRACE FINE GRAVEL SS 60 LIGHT RED -BROWN CLAYEY SILTY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 74111 5 TOTAL DEPTH OF BORING 45 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. rProject: OFFSITE PIPELINES l Location: LUBBOCK, TEXAS F� eVENPROTEC/HIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING �02 C90n 11'71 AbW. -. Te 79501 1325) 60"wo Rm Rgl"r�ft. No. 1161 LOG OF BORING Date: DECEMBER 16, 2013 Type: AIR ROTARY Boring No.: B-106 TEXAS CONE PENETROMETER Lu Z w MATERIAL DESCRIPTION f- U) O U U) Ina p uO 1st 2nd w °4 6" 61, a w W o IL >_ t4 Q t4 w z a C7 0 ST BROWN FINE SANDY CLAY 4.5+ ST LIGHT RED -BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES 4.5+ ST 4.5+ 5 ST 4.5+ LIGHT RED -BROWN FINE SANDY CLAY WITH GRAVEL & CALCAREOUS ST NODULES 4.5+ LIGHT RED -BROWN CLAYEY SAND WITH CALCAREOUS NODULES 1 45 1 1 47 1 SS ' --jt LIGHT RED -BROWN CLAYEY SAND WITH GRAVEL 29 RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES 1 14 1 1 27 1 1 73 1 I69/9' TOTAL DEPTH OF BORING 45 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 'ItE NPROTEC/MIBBS & TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING apt Qe66r slrael Mlilerw, T¢,m6 79661 (323) 598-5560 Firm Regl.1.110n No 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 16, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: B-107 TEXAS CONE z WW o u- m to w a In MATERIAL DESCRIPTION coo p uO mW z a PENETROMETER n 0 � W 10 1st 6„ 2nd 6, ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ ST 4.5+ 5 LIGHT RED -BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES ST 4.5+ TAN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 17 10 RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 36 5 TOTAL DEPTH OF BORING 15 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 ENPROTECIHIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING er 402 CedB1ree1 Abilene. Tex- 79wl (925) 698-55M Firm Regi91re9on No 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 16, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: B-108 TEXAS CONE PENETROMETER z w MATERIAL DESCRIPTION U) O O a U) 1- m LL p 1st 2nd w m W 6n 6„ a III 0 LL (n Cl) z U. d 0 ST BROWN FINE SANDY CLAY L 4.5+ 4.5+ ST 5 AU LIGHT RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS SS NODULES 20 10ZZ SS LIGHT RED -BROWN CLAYEY SAND WITH CALCAREOUS NODULES 49 5 TOTAL DEPTH OF BORING 15 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 'ItENPROTEC/HIBBS &TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING M2 Cetia1 lHleai A4'Lnu. Yarm ''/5d601 (325) "8.6%0 Fm R.rglslrallun No 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 16. 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY I i Boring No.: B-109 r� z a -Li O I- COp } Cl) W Q (n MATERIAL DESCRIPTION co O ao mw Z a TEXAS CONE PENETROMETER n ii Ill _ 0- O 1st 6" 2nd0. 6" 5 10 5 20 5 30 5 40 ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ TAN CLAYEY SAND WITH CALCAREOUS NODULES ST 4'5+ ST 4.5+ ST RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES 4.5+ SS 38 SS 28 SS 33 RED -BROWN CLAYEY SAND WITH CALCAREOUS SEAMS SS 62 SS 30 SS 5011" TOTAL DEPTH OF BORING 40 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 1j1jll Project: OFFSITE PIPELINES Location: LUBBOCK, TEXAS e%ENPROTECIHIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING ..2 C.Aaf Slwal Abl.-. Ta 75601 (325) GW5%0 Ftm Aagfa a5on No 1151 LOG OF BORING Date: DECEMBER 16, 2013 Type: AIR ROTARY Boring No.: B-110 TEXAS CONE PENETROMETER Ill Q z MATERIAL DESCRIPTION co O m CL mp 1st 2nd F-F- W W }Q m w61 6" a w O ILL (n O z D_ Cr 0 ST BROWN FINE SANDY CLAY 4.0 ST 4.5+ RED -BROWN CLAYEY SAND WITH CALCAREOUS SEAMS 5 ST 4.5+ LIGHT RED -BROWN GRAVELLY CLAYEY SAND SS r 80 LIGHT RED -BROWN CLAYEY SILTY SAND WITH GRAVEL AND CALCAREOUS NODULES (SOME CEMENTED SEAMS) SS 37 SS I RED -BROWN CLAYEY SAND WITH CALCAREOUS SEAMS AND GRAVEL ( 25 LIGHT RED -BROWN CLAYEY SILTY SAND WITH GRAVEL AND CALCAREOUS NODULES 1 72 1 50/3" RED -BROWN CLAYEY SAND WITH GRAVEL SS TOTAL DEPTH OF BORING 35 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. eltENPROTEC/HIBBS &TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 CwAl $I c A6I%ne, Teas 7W,31 (325) 6"-5560 Firm R.&liaHon No 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 16, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY i,. Boring No.: B-111 TEXAS CONE PENETROMETER Ill z w MATERIAL DESCRIPTION � Oco O a m _J0. p L 1st 2nd W w } d m of 6,. 6., o (L rn cn w z 0. a cr w o ST 4.5+ BROWN FINE SANDY CLAY ST 4.5+ �F®RM f RED -BROWN CLAYEY SAND WITH CALCAREOUS SEAMS 26 1 23 1 BELOW I 20 --- SS RCEMENTED SEAMSED-BROWN CLAYEY SAND ITH GRAVEL AND CALCAREOUS NODULES 78 9a SS 29 5 SS 7311 30 TOTAL DEPTH OF BORING 30 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. eVtE NPROTECIHIBBS � TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 Coder Street Abilene. Texas 79601 (325) 60-5560 Rrm Reglatmilon No mi LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 17, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: B-112 TEXAS CONE PENETROMETER Lu z w MATERIAL DESCRIPTION O m a p LLO 1st 2nd N H a. ww ¢ mw , 6 fie a w ❑ a z a (� ❑ Mz ST BROWN FINE SANDY CLAY 4.5+ LIGHT RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS SS 27 NODULES AU RED-BROWN CLAYEY SAND WITH CALCAREOUS SEAMS 50 10 :SS LIGHT RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES WITH CEMENTED SEAMS 50/6" 5 RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES TAN SILTY SAND 30 SS RED -BROWN CLAYEY SAND WITH CALCAREOUS SEAMS TOTAL DEPTH OF BORING 30 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 1 17 1 1 12 1 23 E NPROTEC/HIBBS & TODD INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 Ceder Street Abilene, Texes 79001 (325) 898.5560 Firm RegMI arallan No 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 17, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: B-113 TEXAS CONE PENETROMETER Ill Q z W MATERIAL DESCRIPTION (n O (n m a p LLO 1st 2nd F w w >_ Q 0° w 6 6" w a iL (n 0 Z (L n C! a ST BROWN FINE SANDY CLAY 4.5+ 4.5+ ST RED -BROWN FINE SANDY CLAY ST 4.5+ 5 SS 10 RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SLIGHTLY CEMENTED BELOW 13' SS 5 -1 SS I 1 20 51 1 73 1 1 38 1 LIGHT RED -BROWN CLAYEY SILTY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 19 5 SS 24 30 TOTAL DEPTH OF BORING 30 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. ENPROTF-C/HIBBS &TODD, INC. .. 4 � AL AND CIVIL IMwE 7ft0l 9T (325) GW5550 FW. RephWN. 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 17, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: B-114 TEXAS CONE PENETROMETER Ill z MATERIAL DESCRIPTION (n O m a p 1st 2nd W Wril 2 M. m w 6" 6 a o LL V) fn z a 00 ST 4.5+ ST RED -BROWN FINE SANDY CLAY 4'5+ ST 4,5+ 5 ST 4.5+ ST 4.5+ BROWN FINE SANDY CLAY 1 10 LIGHT RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS c NODULES 1 5 RED -BROWN CLAYEY SAND WITH CALCAREOUS SEAMS SS 1 20 1 27 1 1 39 1 SS 38 5 LIGHT RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 25 30 TOTAL DEPTH OF BORING 30 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. '9t ENPROTECIHIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING �02 Cetlar SV I Abilene, Teaaa T960/ (325) 698-5%0 Flan fleplslradon No 115, LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 17, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY 1, �l Boring No.: B-115 r� TEXAS CONE PENETROMETER Ill Z MATERIAL DESCRIPTION U) O O U) aWr p LL 1st 2nd vm = }Q 00 w6" fi a- Cl LL U) to z 0- a C7 0 ST 4.5+ BROWN FINE SANDY CLAY ST 4.5+ 5 RED -BROWN CLAYEY SAND WITH CALCAREOUS SEAMS ST 4.5+ 1 1 RED -BROWN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES - INCREASING GRAVEL TAN CLAYEY GRAVELLY SAND 1 35 1 5016" 1 40 1 1 38 1 I 30 RED-BROWN SS OCEMENTED) AND WITH GRAVEL AND CALCAREOUS NODULE 50/6 TOTAL DEPTH OF BORING 30 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. * WITH 6" SEAT ENPROTECIHIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING ape Cesar Street A1riia�b. 7o�aa :4NA1 (325) 599-5564 r m Repkirattan No 1151 LOG OF BORING Project: OFFSITE PIPELINES Date: DECEMBER 17, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: B-116 TEXAS CONE PENETROMETER Ill Z5 w MATERIAL DESCRIPTION U) Q O m a. p LL 1st 2nd w � ¢ m 6r, 6 w w ❑ LL En V1 W Z d Iz C3 ❑ ST 4.5+ ST 4.5+ BROWN FINE SANDY CLAY ST 4.5+ 5 ST 4.5+ ST 4.5+ 10 LIGHT RED -BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES AND GRAVEL I 5 SS I 1 35 TAN CLAYEY SAND WITH GRAVEL SS 6 20 5 SS TAN CLAYEY GRAVELLY SAND 18 SS 33 30 TOTAL DEPTH OF BORING 30 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 E NPROTEC IH IBBS & TODD, INC. ENVIRONMENTAL AND CIVIL EN43INVERING (725) 690-5560 Flan Rpfshatlon No. 1151 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY 1 Boring No.: OP-1 r�l TEXAS CONE PENETROMETER w Lu z MATERIAL DESCRIPTION co O m CL p 1st 2nd 0. w r a T w s- sn w w oLL (q za Cl 0 0 ST DARK BROWN FINE SANDY CLAY 4.5+ BROWN FINE SANDY CLAY ST 4.5+ ST 5 4.5+ ST 4.5+ LIGHT BROWN FINE SANDY CLAY SS "50 10 TOTAL DEPTH OF BORING 10 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 an mENPROTEC/HIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 C9d., st -1 A61Mn.. T.v 79601 (323) 090-5560 Fein R*vbt Mun ko� 1161 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: OP-2 TEXAS CONE PENETROMETER Q Z MATERIAL DESCRIPTION C/) O OL = m a p 1St 2nd _= Ww Q m w s" 6 Ill ❑ LL l4 Cl) III Z d 1Z O ❑ ST BROWN FINE SANDY CLAY 4.5+ V/// ST 4.5+ ST 4.5+ 5 LIGHT BROWN FINE SANDY CLAY ST 4.5+ SS 31 10 TOTAL. DEPTH OF BORING 10 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 ENPROTECIHIBBS 8 TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402Cider Str l llWp . Toxu 7%01 (328) CW-&%0 Flee Replpr"W No, 1151 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY i 1-, Boring No.: OP-3 r_l TEXAS CONE z = w J 0u- m rn o" I ¢ MATERIAL DESCRIPTION U) O p OL m ix ziL PENETROMETER Ua a UJI o 1 st 6e 2nd 6e BROWN FINE SANDY CLAY ST 4.5+ LIGHT BROWN FINE SANDY CLAY ST 4.5+ ST 4.5+ 5 BROWN FINE SANDY CLAY ST 4.5+ ST 4.5+ 10 TOTAL DEPTH OF BORING 10 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 mm E NPROTEC/ HIBBS & TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 Ceder Sl e t AOilana, Tara- 79601 (325) 696-6560 Flan Raplelmllon No, 1151 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: MAY 20, 2014 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: OP-4 TEXAS CONE PENETROMETER Lu z w MATERIAL DESCRIPTION N O OLL Q (n F- f- m 0- 0 1st 2nd y o IL (n (n z rL C% uJ 0 ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ RED -BROWN FINE SANDY CLAY ST 5 4.5+ ST 4.5+ LIGHT BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES ST r45 10 TAN CLAYEY SAND WITH GRAVEL AND CALCAREOUS NODULES SS 15 TOTAL DEPTH OF BORING 15 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 ENPROTEC/HIBBS &TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 102 Cedar Saeet Ablk— T— MWI (32S) 696-5560 Firm Raplsdation No. 1151 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: MAY 20, 2014 Location: LUBBOCK, TEXAS Type: AIR ROTARY i f} Boring No.: OP-5 C TEXAS CONE PENETROMETER Q w MATERIAL DESCRIPTION OO m O u 1st 2nd y (L Ill 2 m 6" 6" a ou rn za a o ST 3.5 ST 4.5+ 5 ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ SS 4.5+ 10 TOTAL DEPTH OF BORING 10 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 AM Mm ENPROTECIHIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING e-w..2 ce+ul SInM Abilene. T— 79WI (325) 898.6580 rwm f7svw ft. N. tier LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: OP-6 TEXAS CONE PENETROMETER z W MATERIAL DESCRIPTION V) O OL Q in a p 1st 2nd tl a °° w 6" 6e a w w W o LL U) V) z a c7 0 ST BROWN FINE SANDY CLAY 4.5+ ST 4.5+ 5 ST 4.5+ LIGHT BROWN FINE SANDY CLAY ST 4.5+ -F SS is 10 SS TAN CLAYEY SILTY FINE SAND 29 15 SS TAN FINE SANDY CLAY 14 20 TAN CLAYEY SILTY FINE SAND SS 21 25 TOTAL DEPTH OF BORING 25 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 dymb AMR SM pffliffir ENPROTEC/HIBBS JODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 C.", 8~ Ablt—. 7.x 79501 (925) 599- W FYm Fte&UaUon No 1151 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY I1 l .1� PIEZOMETER Boring No.: OP-7 Sheet: 1 OF 2 TEXAS CONE Z W 0. �>- m W a U) MATERIAL DESCRIPTION U) O Op Lu Z 0. PENETROMETER Q. � U) � w 1st sn 2nd 60 BROWN FINE SANDY CLAY ST 4.5+ ST 4.5+ ST 4.5+ 5 ST 4.5+ ST 4.5+ TAN FINE SANDY CLAY 10 SS 33 15 SS 20 20 LIGHT BROWN FINE SANDY CLAY I V///1 SS I 39 25 CONTINUED ON SHEET 2 OF 2 NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. '%ENPROTEC�HIBBS BTODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING �02 Coder 81rea1 Abll—. T.... 79601 (325) 890-5560 Flrm Rs&V*Uon No 1151 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY PIEZOMETER Boring No.: OP-7 Sheet: 2 OF 2 TEXAS CONE PENETROMETER w w z w MATERIAL DESCRIPTION ~ U) O OO � a LL 1st 6H 2nd 61 1 _Wm ou- U) aow a a. w (0 z0. a o 38 43 ME 50/5, 30 20 G NPROTEC /H IBBS & TODD, INC, ENVIRONMENTAL AN❑ CIVIL ENGINEERING 402 C.O. iv l Awia lren Mai (325) 69B-5%0 BORING Firm R"ptstrarion M 1151 LOG F Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: OP-8 1' TEXAS CONE PENETROMETER w z MATERIAL DESCRIPTION ~ Un O OL m a p 1st 2nd y x W W >- Q m W 6n 6n a w o LL Un Un z (L C! O ST 3.5 BROWN FINE SANDY CLAY ST 3.5 5 ST 4.5+ LIGHT BROWN FINE SANDY CLAY ST 4.5+ ST 4.5+ 10 -flP// I5 —_ SS TAN CLAYEY FINE SAND 19 SS 26 20 VIA SS LIGHT GRAY CLAYEY FINE SANDY SILT WITH GRAVEL 31 5 SS TAN CLAYEY FINE SANDY SILT WITH CALCAREOUS NODULES 30 30 • TCP 501114" 5010" 5 TAN SANDSTONE 40 lid 50 10" 50 ! 0" TOTAL DEPTH OF BORING 40 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. E NPROTEC IH IBBS & TODD, INC. ENVIRONMENTAL AND CIVIL ENGINEERING 402 COOW SUe t Athena. Tqv nfiol (32b &"-55 0 M. Regl"atlan No 1131 LOG OF BORING Project: NW WRP - OUTFALL PIPELINE Date: DECEMBER 2, 2013 Location: LUBBOCK, TEXAS Type: AIR ROTARY Boring No.: OP-9 TEXAS CONE PENETROMETER ? J W MATERIAL DESCRIPTION cn O O 0 a 0 u 1st 2nd _ H W >- Q J m 611 6 CL W 0 LL (0 (J) W Z IL n d W ST 4.5+ BROWN FINE SANDY CLAY ST 4.5+ ST 4.5+ 5 ST 4.5+ LIGHT BROWN FINE SANDY CLAY WITH CALCAREOUS NODULES ST 4.5+ 10 115 120 SS I TAN 1 13 SS I 1 30 TAN CLAYEY FINE SAND WITH GRAVEL SS 28 25 • TAN SANDSTONE .. SS "5014- 30 TOTAL DEPTH OF BORING 30 FEET NOTE NO GROUNDWATER WAS PRESENT DURING OR AT COMPLETION OF DRILLING ACTIVITIES. 12-5473 APPENDIX B EASEMENT PIPELINE EASEMENT AGREEMENT (Treated Effluent Line) STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF LUBBOCK § 1. Grant of Easement. The Department of Aging and Disability Services ("Grantor"), on behalf of the Lubbock State Supported Living Center ("Center"), acting by and through its duly authorized officer by virtue of the authority granted in §533.005 of the Texas Health and Safety Code, in consideration of good and valuable consideration representing compensation for other damages to Grantor, and the mutual benefits to be derived by the parties, GRANTS, BARGAINS, SELLS AND CONVEYS to the City of Lubbock ("Grantee"), its successors and assigns, a non-exclusive easement (the "Easement") approximately 50.00 feet in width, approximately 2500 feet in length and varying 20 to 55 feet underground, under certain land (the "Easement Area") of Grantee containing the Center, out of the north half of Section 12, Block A Lubbock County, and containing approximately 221.2 acres, being 3401 North University Lubbock, Texas (the "Property"). 2. Location of Easement Area. A plat and legal description of the Easement Area is provided in Exhibit "A," and ., ,, e4es .,,,a bounds deser- ptio , fthe Easement n ,.o., is provided in Exhibit " attached to and made a part of this Pipeline Easement Agreement (the "Agreement"). 3. Purpose of Agreement. Grantee will have the right to use the Easement Area for the purpose of operating, repairing, maintaining, inspecting, replacing, upgrading or removing (in whole or in part) treated effluent water pipeline(s) for the transportation of treated effluent and all necessary and desirable appurtenances and structures to permit the pipeline to be operated, repaired, maintained, inspected, upgraded or removed (in whole or in part) in the Easement Area. (Together, Grantee's pipeline, appurtenances and structures specified above will be referred to as Grantee's "Equipment.") 4. Reservation. Grantor reserves the right to place, construct, operate, repair, maintain, inspect, replace or remove sidewalks, pathways, pedestrian amenities (such as benches, tables, chairs, flowerbeds, shrubbery, and other incidental improvements), driveways and parking areas in the Easement Area to the extent that such uses do not unreasonably interfere with the rights granted to Grantee hereunder; however, Grantor may not place, erect or maintain without Grantee's prior written consent, any buildings or drainage, filtration or detention ponds that would materially impair Grantee's access to its Equipment in the Easement Area for the purposes stated herein. PIPELINE EASEMENT AGREEMENT Page 1 of 8 5. Right of Access. Grantee has the right of ingress and egress across the Property only for the purposes set out herein. Grantee agrees to occupy the surface only to the extent and for the length of time necessary for operating, repairing, maintaining, inspecting, upgrading or removing its Equipment. Any gate or opening used by Grantee for ingress or egress in the exercise of its rights must be kept in proper condition and closed at all times other than during ingress or egress. I 6. Duties. Prior to any initial or later excavation, Grantee will contact Dig -Tess, the Texas Excavation Safety System, or its successor or like entity, to have all existing utilities located. Findings will be reviewed with the Center Director or designee prior to excavation. Grantee will bore under Center's roadsGrantee will bury all underground components of its Equipment not less than thirty-six inches (36") below the cultivated surface, unless applicable rules, laws, codes and regulations require a greater depth. Grantee will clearly mark the location of the pipeline in a manner and to the extent such pipelines are generally marked by pipeline distribution entities. If Grantee damages or destroys any fences, roads, bridges, culverts, buildings, underground utilities, irrigation systems or other equipment on or surrounding the Easement Area, or elsewhere on the Property, other than its own personal property, Grantee must, within a reasonable period of time and at its expense, repair or replace the property to the extent that it will, as nearly as practicable, be in like condition as before such damage or destruction. Repairs and replacements will be subject to Center approval. The Easement Area affected by Grantee's activities will be leveled by Grantee as required by the Center so the Easement Area or Property will, to the degree possible, be in the same condition as before Grantee's activities. Grantee will reseed areas with native seed types within 60 days of the end of construction and will provide an initial watering to ensure that the seeds have an opportunity to germinate. Grantee agrees to notify Center, in the manner set forth in Section 22, no later than three business days after completion of the initial construction, and any subsequent construction, and cooperate with Center personnel in an on -site inspection to assess damages resulting from Grantee's activities. Prior to any subsequent alteration or additional construction, Grantee agrees to notify Center, in the manner set forth in Section 22, 10 business days prior to commencement of such activities. Grantee will provide at its expense any landscape maintenance that it deems necessary, including cutting or trimming grass, trees and shrubbery within the Easement Area or on the Property, and will remove natural obstructions as necessary to keep them clear of Grantee's Equipment. Grantee will not be required to replace any trees, shrubbery or natural obstructions removed by Grantee, unless required elsewhere in this Agreement, that interfere with its use of the Easement Area after construction. All cuttings and trimmings made by Grantee will be removed from the Easement Area and Property by Grantee. Grantee will not be responsible for the maintenance of landscape which the Grantor installs within the easement area. i PIPELINE EASEMENT AGREEMENT Page 2 of 8 t Grantee will adhere to all Center rules provided by Center and as may be amended by Center during the duration of the Agreement. Grantee will comply with all applicable federal, state and local rules, laws, codes and regulations related to the installation, operation and maintenance of its Equipment. 7. No Fee Interest Granted. This is a grant of a non-exclusive easement only, and does not grant any fee interest to the surface or any interest in the minerals, on or under the Easement Area. This conveyance is made subject to any and all outstanding easements, right-of-ways and leases covering the Easement Area 8. Duration of Agreement. This Agreement and the Easement granted to Grantee will be perpetual, beginning on the effective date, unless the Easement Area is abandoned or the Agreement is terminated. 9. Removal of Equipment. Grantee has the right to remove its Equipment at the termination of this Agreement, provided all obligations to Grantor under this Agreement are fully satisfied. The Equipment must be removed within 120 calendar days from the date of termination of this Agreement or abandonment of the Easement Area. If removal causes other injury to the surface or Grantor's improvements, Grantee will repair such damage according to the provisions set forth in Section 6 within 60 calendar days after completion of such removal. If the Equipment is left behind by Grantee, Grantee will also leave behind all devices necessary for corrosion control. If left behind, the Equipment will then become the property of Grantor. 10. Reservation of Non -Conflicting Use of Property. Grantor expressly reserves for its use and for the use of any agency, commission or department of the state of Texas access to the Easement Area, provided such use is not inconsistent with the rights of Grantee. It is further agreed that Grantee will comply with the Antiquities Code of Texas, TEXAS NATURAL RESOURCES CODE, § 191, et seq., and Grantee further agrees that title to archaeological objects or artifacts, if any, in, on, or under Easement Area or the Property remain with Grantor. 12. Hazardous Waste. Grantee will not commit or suffer to be committed waste upon the Easement Area and the Property; will keep the Easement Area and the Property and Grantee's Equipment in good working order and repair and in a clean, safe and healthful condition; and comply with all state, federal and local laws, rules and regulations with regard to the use and condition of the Equipment on the Property. Grantee will not use the Easement Area and the Property or permit the Easement Area and the Property to be used so as to cause, suffer, or allow any contamination of soils, ground water, surface water, or natural resources on or adjacent to the Property resulting from, but not limited to, spills or leaks of oil, gasoline, hazardous materials, hazardous wastes, or other chemical compounds. Grantee is solely PIPELINE EASEMENT AGREEMENT Page 3 of 8 responsible for cleanup of any contamination resulting from violation of this provision. If the presence of hazardous materials on the Easement Area or the Property is caused or permitted by Grantee and such materials result in contamination of the Easement Area or the Property or if contamination of the Easement Area or the Property by hazardous materials otherwise occurs and is related to Grantee's use, then Grantee will indemnify to the extent allowed by applicable law, defend and hold Grantor, its officers, agents and employees harmless from any and all claims, suits, demands, judgments, damages, penalties, fines, costs, liabilities or losses (including diminution in value of the Easement Area or the Property, damages from the loss of or restriction on use of the Easement Area or the Property or of any amenity of the Easement Area or the Property, and sums paid in settlement of claims, attorneys' fees, consultants' fees and experts' fees) which arise during or after the Agreement or Easement term as a result of such contamination. This indemnification of Grantor by Grantee includes costs incurred in connection with any investigation of site conditions for any cleanup, remedial, removal or restoration work required by any federal, state or local governmental agency or political subdivision because of hazardous material present in the soil or ground water on or under the Easement Area or the Property. The provisions of this Section will survive expiration, abandonment or earlier termination of the Agreement or Easement. 13. 14. Waiver. No waiver by Grantor or Grantee of any default or breach of any term, condition, or covenant of this Agreement will be a waiver of any other term, condition, or covenant. 15. Privileges and Immunities. Grantee acknowledges Grantor is an agency of the state of Texas and nothing in this Agreement will be construed as a waiver or relinquishment by Grantor of its right to claim exemptions, privileges, and immunities as may be provided by law. Grantor acknowledges Grantee is a local government created under the authority of the state and nothing in this Agreement will be construed as a waiver or relinquishment by Grantee of its right to claim exemptions, privileges, and immunities as may be provided by law. 16. Texas Law to Apply. This Agreement is construed under and in accordance with the laws of the state of Texas and is performable in Lubbock County, Texas. 17. Grammatical Interpretation. When the singular number is used, it also includes the plural, and the masculine gender includes the feminine and neuter genders. 18. Headings. Headings are for reference and will not be construed to limit or alter the meaning of the provisions of this Agreement. 19. Security. Grantee is solely responsible for providing sufficient supervisory PIPELINE EASEMENT AGREEMENT Page 4 of 8 security personnel to ensure the safety of its property, employees, agents and contractors. If an emergency situation arises, Grantee is responsible for immediately contacting local emergency response authorities as appropriate, and shall immediately inform the Center security officer at: 806-317-0403 of the nature and extent of the emergency situation. 20. Control. Grantee agrees that it shall not engage in or allow any activity that will endanger residents or employees of the Center during the term of the Temporary Easement, or that will in any manner risk potential property damage to the Easement Area or the Property, or that will in any manner violate any local, state, or federal law. Grantor acknowledges that the planned construction of the treated effluent line inside the easement will not be considered as endangerment to the residents. 21. No Alcohol Use. Possession or consumption of alcoholic beverages is strictly prohibited on the Easement Area and the Property. 22. No Illegal Drugs or Controlled Substances. Illegal drugs and controlled substances are strictly prohibited on the Easement Area and the Property. 23. No Smoking. Smoking is prohibited on the grounds and in buildings on the Easement Area and the Property. 24. Firearms. Residents served in SSLCs have intellectual disabilities and many have concurrent psychiatric diagnoses. In deference to this vulnerable population, DADS asks license holders that may be employed by the Grantee or with whom the Grantee has subcontracted or associated with, and are authorized under Government Code Chapter 411, Subchapter H, to conceal their firearm or to safely secure their firearm in their vehicle prior to entering the Easement Area and the Property. 25. Parties Bound. This Agreement is binding upon and inures to the benefit of the Grantor and Grantee and their respective heirs, executors, administrators, legal representatives, successors in interest or office, and assigns (but this Section does not constitute permission for an assignment). 20. Saving Clause. Should any clause in this Agreement be found invalid by a court of law, the remainder of this Agreement will not be affected and all other provisions in this Agreement remain valid and enforceable to the fullest extent permitted by law. 21. Assignment. Grantee may not sell, assign, or convey this Agreement or the Easement without the express written consent of Grantor, which will not be unreasonably withheld, and any attempt by Grantee to sell, assign, or convey this Agreement or the Easement without such consent will cause the Agreement and Easement to terminate. Any unauthorized assignment will be void and of no effect, and such assignment will not relieve Grantee of any liability for any obligation, covenant, or condition of this Agreement. This provision, and the prohibition against assignment contained herein, will survive expiration or earlier termination of this Agreement or Easement. For purposes of this Section, an assignment is any PIPELINE EASEMENT AGREEMENT Page 5 of 8 transfer, including by operation of law, to another of all or part of the interest or rights herein granted. 22. Notices. Notices to the Grantor, Grantee and Center will be signed by the designated representative of the notice -giving parry, or its successors in interest or office, and delivered personally or sent by U.S. certified or registered mail, return receipt requested, postage prepaid, addressed as follows: If to Grantor: Department of Aging and Disability Services C/o Director, Real Estate Management Health and Human Services Commission 909 W. 451h Street, MC2057 Austin, Texas 78751 If to Facility: If to Grantee: City of Lubbock Public Works Engineering Director of Public WorksCity of Lubbock 1625 13`h St.Lubbock, Texas 79401 Notice will be deemed given on the date it is hand delivered or deposited in the U.S. Mail. 23. Entire Agreement. This Agreement constitutes the entire agreement between Grantor and Grantee and will not be explained, modified, or contradicted by any prior or contemporaneous negotiations, representations, or agreements, either written or oral. This Agreement may only be amended by a subsequent written instrument, agreed to by the Grantor and Grantee. 24. Effective Date. This Agreement is deemed to be in force on the < > day of < >, 2016. Grantor: Department of Aging and Disability Services. LIM Jon Weizenbaum Title: Commissioner PIPELINE EASEMENT AGREEMENT Page 6 of 8 Print Name: Center Concurrence: Libby Allen Title: Director Lubbock State Supported Living CenterPrint Name: TERMS AND CONDITIONS EXPRESSLY ACKOWLEDGED AND ACCEPTED: Grantee: < > James W. Loomis City Manager Print Name: ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TRAVIS § BEFORE ME, the undersigned authority, a Notary Public in and for the state of Texas, on this day personally appeared Jon Weizenbaum, acting on behalf of Grantor, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that they executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS day of , 2016. Notary Public in and for the state of Texas ACKNOWLEDGEMENT STATE OF TEXAS § PIPELINE EASEMENT AGREEMENT Page 7 of 8 Grantee further agrees that at any time any equipment, machinery, supplies tools or materials that are not being utilized or under the supervision of Grantee, its employees contractors, agents or sub -contractors, these items will be locked, secured or removed { from the Property so as to not be accessible to the Center's residents. 1 v Grantee acknowledges and agrees that: 1. Grantee shall be responsible for disposal offsite of unacceptable /objectionable material at its own expense. For the purpose of this section, the Center Director or her designee will determine what constitutes an "unacceptable/objectionable material," which shall be determined prior to the end of the Term. 2. Grantee shall not permit its employees, contractors or their employees or any agent or invitee of Grantee or a contractor loiter on the Property for any unnecessary period of time such as after a scheduled work day or on days when work on the pipeline is not contemplated such as weekends or holidays. TEMPORARY ACCESS AND CONSTRUCTION EASEMENT STATE OF TEXAS COUNTY OF LUBBOCK§ KNOW ALL MEN BY THESE PRESENTS: This Temporary Access and Construction Easement is between the Department of Aging and Disability Services (the "Grantor") and the City of Lubbock, Texas, (the "Grantee"). Grantor and Grantee may be collectively referred to as the "parties." 1. Background and Purpose. Grantor is an agency of the state of Texas. Grantor operates 12 state supported living centers (SSLCs) that provide 24-hour residential, treatment and training services for people with intellectual and developmental disabilities. Lubbock State Supported Living Center (Center) is one of the SSLCs operated by Grantor, and is located at 3401 North University, Lubbock, Texas (the "Property"). Grantor owns the Property. Grantee is a home rule municipal corporation of Lubbock County, Texas. Grantee has proposed installing a treated effluent pipeline (the "pipeline") underneath the west side on the Property (the "Easement Area," described in Section 2). Grantee requires a temporary construction and access easement to install the pipeline. 2. Grant of Temporary Access and Easement. That in consideration of improvements to the Property received by Grantor, more particularly described in Exhibit "B", and the mutual covenants and conditions stated in this Instrument, Grantor does hereby grant to Grantee, its successors and assigns, a Temporary Access and Construction Easement (the " Temporary Easement") for the purpose of construction and installation of a pipeline in along, upon and across the Easement Area, described in Exhibit "A," as Parcel No. 42-A- Temporary Easement of a 1.165 acre tract land located in Lubbock County, Texas. Exhibits A & B are incorporated by reference and made, therefore, a part of this Instrument. 4. Term. This Temporary Easement will become effective when signed by both parties and end at 5:00 p.m. on December3l, 2016, unless extended in writing by the parties or terminated sooner in accordance with Section 25. Access to Premises. Unless otherwise agreed to in writing by the Center Director, or her designee, work -related activities on the Property shall occur only between the hours of 7:00 a.m. and 10:00 p.m., Monday -Friday. The Center Director or designee are: Libby Allen Director Phone: 806.741.3507 Email:libby.alien@dads.state.tx.com 1 Assistant Director Jim Rodriguez: 806.741.3611 Main switchboard: 806. 763.7041 6. Security. Grantee is solely responsible for providing sufficient supervisory security personnel to ensure the safety of its property, employees, agents and contractors. If an emergency situation arises, Grantee is responsible for immediately contacting local emergency response authorities as appropriate, and shall immediately inform the Center security officer at: 806-317-0403 of the nature and extent of the emergency situation. 7. Control. Grantee agrees that it shall not engage in or allow any activity that will endanger residents or employees of the Center during the term of the Temporary Easement, or that will in any manner risk potential property damage to the Property, or that will in any manner violate any local, state, or federal law. 8. No Alcohol Use. Possession or consumption of alcoholic beverages is strictly prohibited on the Property. 9. No Illegal Drugs or Controlled Substances. Illegal drugs and controlled substances are strictly prohibited on the Property. 10. No Smoking. Smoking is prohibited on the grounds and in buildings on the Property. 11. Firearms. Residents served in SSLCs have intellectual disabilities and many have concurrent psychiatric diagnoses. In deference to this vulnerable population, DADS asks license holders that may be employed by the Grantee or with whom the Grantee has subcontracted or associated with, and are authorized under Government Code Chapter 411, Subchapter H, to conceal their firearm or to safely secure their firearm in their vehicle prior to entering the Property. 12. Hazardous Waste. Grantee agrees that it will not commit or suffer to be committed waste upon the Property; will keep its improvements in good working order and repair and in a clean, safe and healthful condition; and comply with all state, federal and local laws, rules and regulations with regard to the use and condition of its improvements on the Property. Grantee will not use the Property or permit the Property to be used so as to cause, suffer, or allow any contamination of soils, ground water, surface water, or natural resources on or adjacent to the Property resulting from, but not limited to, spills or leaks of oil, gasoline, VA 5 hazardous materials, hazardous wastes, or other chemical compounds. Grantee is solely responsible for cleanup of any contamination resulting from violation of this provision. If the presence of hazardous materials on the Property is caused or permitted by Grantee and such materials result in contamination of the Property or if contamination of the Property by hazardous materials otherwise occurs and is related to Grantee's use, then Grantee will indemnify to the extent allowed by applicable law, defend and hold Grantor, its officers, agents and employees harmless from any and all claims, suits, demands, judgments, damages, penalties, fines, costs, liabilities or losses (including diminution in value of the Property, damages from the loss of or restriction on use of the Property or of any amenity of the Property, and sums paid in settlement of claims, attorneys' fees, i consultants' fees and experts' fees) which arise during or after the Temporary Easement term as a result of such contamination. This indemnification of Grantor by Grantee includes costs incurred in connection with any investigation of site conditions for any cleanup, remedial, removal or restoration work required by any federal, state or local governmental agency or political subdivision because of hazardous material present in the soil or ground water on or under the Property. The provisions of this Section will survive expiration, abandonment or earlier termination of the Temporary Easement and takes precedence over any section of this instrument to the extent there may be conflict. 13. No Recordation. This Temporary Easement shall not be recorded by either party. 14. Liens. Grantee will ensure that no lien is placed on the Property due to the rights provided to Grantee under this Temporary Easement. If a lien is placed upon the Property, Grantee will immediately cause it to be removed at Grantee's sole cost and expense. 15. Governing Law; Venue. This Temporary Easement will be governed by and construed in accordance with Texas law. Venue for Grantee's breach of this Temporary Easement will be in a court of competent jurisdiction in Travis County, Texas. 16. Sovereign Immunity. Grantee acknowledges Grantee is an agency of the state of Texas and nothing in this Temporary Easement will be construed as a waiver or relinquishment by Grantor of its right to claim exemptions, privileges, and immunities as may be provided by law. Grantor acknowledges Grantee is a local government created under the authority of the state of Texas and nothing in this Agreement will be construed as a waiver or relinquishment by Grantee of its right to claim exemptions, privileges, and immunities as may be provided by law. 17. Removal of Equipment. Grantee agrees that within 10 calendar days after the expiration of the Temporary Easement, Grantee shall, at its expense, remove from the Easement Area, and as may be applicable, the Property, any temporary fences, improvements, and all equipment, materials and refuse. Grantee also agrees that within 60 calendar days after the expiration of the Temporary Easement, Grantee shall, at its own expense, plant, native 3 I' seed or otherwise restore the Easement Area, and as may be applicable, the Property, to substantially similar condition as existed previous to the Grantee's use of the Property. Grantee plant native seed or other drought tolerant grasses commonly found in Texas, or 1 f similar to those found on adjacent natural land areas. If the expiration date is at a time of year that would not promote successful growth of the new grasses, Grantee may delay the planting up to an additional 90 calendar days until it is common practice in Texas to do so. 18. Right of Access to Grantor's Property. Grantee is hereby authorized access to the Property and must construct the Fencing Improvements described in Exhibit "B," prior to starting any construction activities. Grantee agrees to otherwise not disturb or excavate any soils on or under the Property outside of the Easement Area except for installation of the fence and normal and common practices of utilizing the Easement Area for construction support. 19. Duties. Except as may be provided in Exhibit "B," if Grantee damages any fences, driveways, roads, curbs, culverts, buildings, underground utilities, irrigation systems or other equipment on or under the Property or the Easement Area other than Grantee's own personal property, Grantee must, within a reasonable period of time, and at its expense, repair or replace the Property to the extent that it will, as nearly as practicable, be in like condition as before the damage or destruction. Prior to any initial or later excavation, Grantee will contact Dig -Tess, the Texas Excavation Safety System, or its successor or like entity, to have all existing utilities located. Findings will be reviewed with Facility prior to excavation. Grantee will bore under Facility's roads. Quality trees, as determined by Facility, will be bored under or trenched around. Grantee will bury all underground components of its Equipment not less than thirty-six inches (36") below the cultivated surface, unless applicable rules, laws, codes and regulations require a greater depth. Grantee will clearly mark the location of the pipeline in a manner and to the extent such pipelines are generally marked by pipeline distribution entities. Following installation, Grantee will provide an accurate drawing to Grantee depicting the location of Grantee's underground Equipment. 20. Notification. Grantee agrees to notify Jim Rodriguez at the phone number provided in Section 5, no later than five business days prior to commencement of initial construction, mobilization of machinery or storage of materials and establish a meeting to review the plans and logistics and activities of Grantee while on the Property. Within three business days after completion of any pipeline or permanent fence construction, Grantee will meet with Center personnel in an on -site inspection to assess damages resulting from Grantee's activities. Grantee will comply with all applicable federal, state and local rules, laws, codes and regulations related to the installation, operation and maintenance of its improvements within the Easement Area and its performance under this Temporary Easement. 4 21. No Fee Interest Granted. This is a grant of a Temporary Easement only, and does not grant any fee interest to the surface, subsurface, or any interest in the minerals, on or under the Property. This conveyance is made subject to any and all outstanding easements and leases covering the Property. Grantor expressly retains all rights to control and renew all existing easements, of every kind and character, on, over or under the Easement Area. Grantor further reserves the right to grant additional easements to other parties within the Easement Area. 22. Duration of Easement. Grantor and Grantee expressly agree this Temporary Easement will remain in effect only so long as the Easement Area is used for the purposes set out in Section 2 of this Instrument. If it is determined by Grantee that the Easement Area is no longer needed for such purposes, the Easement Area will revert to Grantor, its successor and assigns. 23. Reservation of Non -Conflicting Use of Property. Grantor expressly reserves for its use and for the use of any agency, commission or department of the state of Texas access to - the Easement Area, provided such use is not inconsistent with the rights of Grantee. It is further agreed that Grantee will comply with the Antiquities Code of Texas, TEXAS NATURAL RESOURCES CODE, § 191, et seq., and Grantee further agrees that title to archaeological objects orartifacts, if any, in or on the Easement Area remain with Grantor. 24. Default and Termination. The parties agree that upon default by Grantee of any provision of this Temporary Easement, Grantee has the right to declare this Temporary Easement forfeited, without prejudice to any claim Grantor may have against Grantee; provided, however, Grantor will give Grantee written notice of its intention to terminate this Temporary Easement and the reasons for termination, and Grantee will have ten (14) calendar days after receipt of notice to remedy the default. Upon timely correction, this Temporary Easement will remain in effect. Termination or abandonment of this Temporary Easement by Grantee for any cause is automatic and all rights granted will revert to Grantor without the necessity of any further action or suit on the part of Grantor. Abandonment will be deemed to have occurred when this Temporary Easement is not used for the purposes granted for a continuous period of 60 calendar days after construction of the pipeline is completed. 25. Waiver. No waiver by Grantor or Grantee of any default or breach of any term, condition, or covenant of this Temporary Easement will be a waiver of any other breach of any other term or condition 26. Grammatical Interpretation. When the singular number is used, it also includes the plural, and the masculine gender includes the feminine and neuter gender. 5 i 27. Headings. Headings are for reference and will not be construed to limit or alter the meaning of the provisions of this Temporary Easement. 28. Parties Bound. This Temporary Easement is binding upon and inures to the benefit of the parties and their respective heirs, executors, administrators, legal representatives, successors in interest or office, and assigns (but this Section does not constitute permission for an assignment). 29. Saving Clause. Should any clause in this Temporary Easement be found invalid by a court of law, the remainder of this Temporary Easement will not be affected and all other provisions in this Temporary Easement remain valid and enforceable to the fullest extent permitted by law. 30. Assignment. Grantee may not sell, assign, encumber or convey this Temporary Easement without the express written consent of Grantor which will not be unreasonably withheld, and any attempt by Grantor to sell, assign, encumber or convey this Temporary Easement without such consent will cause this Temporary Easement to terminate. Any unauthorized assignment will be void and of no effect, and such assignment will not relieve Grantee of any liability for any obligation, covenant, or condition of this agreement. This provision, and the prohibition against assignment contained herein, will survive expiration or earlier termination of this Temporary Easement. For purposes of this instrument, an assignment is any transfer, including by operation of law, to another of all or part of the Property, interest or rights herein granted. 31. Notices. Notices to the parties will be signed by the designated representative of the party, or its successors in interest or office, and delivered personally or sent by U.S. certified or registered mail, return receipt requested, postage prepaid, addressed as follows: If to Grantee: Chris Palmer Director, Real Estate Management Health and Human Services Commission 909 W. 45th Street, MC2057 Austin, Texas 78751 If to Center: Director Lubbock State Supported Living Center 3401 North University Lubbock, Texas 79408 If to Grantee: City of Lubbock City Engineer Notice will be deemed given on the date it is hand delivered. 32. Entire Agreement. This Temporary Easement constitutes the entire agreement between Grantor and Grantee and will not be explained, modified or contradicted by any prior or contemporaneous negotiations, representations or agreements, either written or oral. This Temporary Easement may only be amended by a subsequent written instrument. 33. Conditions of the Agreement By execution of this instrument, Grantee agrees and attests that the person executing same is authorized to do so, has read each provision of this Temporary Easement and all exhibit(s) and agrees to abide by the terms set out therein. Grantee: By: Department of Aging and Disability Services Jon Weizenbaum Title: Commissioner Print Name: Date Signed: Lubbock State Supported Living Center Acknowledged by: Libby Allen Title: Director Print Name: Date Signed_ TERMS AND CONDITIONS EXPRESSLY ACKOWLEDGED AND ACCEPTED: GRANTEE: City of Lubbock, Texas 7 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TRAVIS BEFORE ME, the undersigned authority, a Notary Public in and for the state of Texas, on this day personally appeared Jon Weizenbaum, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that they executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS day of 2016, A.D. Notary Public in and for the state of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF LUBBOCK § BEFORE ME, the undersigned authority, a Notary Public in and for the state of Texas, on this day personally appeared Libby Allen, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that they executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS day of 2016, A.D. Notary Public in and for the state of Texas 0 Exhibit "A" Plat and Legal Description 1 CITY OF LUBBOCK, TEXAS ity of ubbock TEXAS CONSTRUCTION PLANS FOR NORTHWEST WATER RECLAMATION PLANT GLEN C. ROBERTSON MAYOR JAMES LOOMIS CITY MANAGER L. WOOD FRANKLIN, P.E. DIRECTOR OF PUBLIC WORKS AUBREY SPEAR, P.E. DIRECTOR OF WATER UTILITIES �oF i�11 r J RED W URN FRED W. CURNUTT, P. E. Enprotec/Hibbs & Todd, Inc. PHASE IA OUTFACE LINE MARCH 2016 ASSOCIATES, INC. ENVIRONMENTAL ENGINEERS AND SCIENTISTS TBPE NO. F-13 Finn Reystrelbn No. F-754 e PE Firm RopW"Ucn No. 1151 PG Firm R"ftO m No. 50103 RPLS Flrm Rep. No. 10011poo & loo07300 JRHUGO REED AND ASSOCIATES, INC. LAND SURVEYORS IM1 AVENUE N CML ENGINEERS LUBBOCK TEXAS 79401 rExia iczsaco a/rvEngrw wm+sm FAX, NO, 763,3891 mv8 xcasrmeonwamcrwis.reo FAX: 668/78}3681 MIKE KEENUM, P.E. CITY ENGINEER JOHN TURPIN, P.E. CHIEF WATER UTILITIES ENGINEER MARY GONZALES WASTEWATER SUPERINTENDENT Colden S. Rich, P.E. Enprotec/Hibbs & Todd, Inc. 03/04/2016 # aaml s 110?31 S' CEN6£ /