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£
/